philippine bidding documents - sec.gov.ph€¦  · web viewseries of 2015. omnibus sworn...

124
BIDDING DOCUMENTS For the Subscription to On-Line Document Retrieval System (Re-Bidding) PB No. 2017-008 1

Upload: vonhan

Post on 06-Jun-2019

213 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

BIDDING DOCUMENTS

For the

Subscription to On-Line Document Retrieval System

(Re-Bidding)

PB No. 2017-008

1

Page 2: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

TABLE OF CONTENTS

SECTION I. INVITATION TO BID..............................................................3SECTION II. INSTRUCTIONS TO BIDDERS................................................7SECTION III. BID DATA SHEET.................................................................36SECTION IV. GENERAL CONDITIONS OF CONTRACT........................................40SECTION V. SPECIAL CONDITIONS OF CONTRACT..........................................56SECTION VI. SCHEDULE OF REQUIREMENTS.................................................59SECTION VII. TECHNICAL SPECIFICATIONS...................................................60SECTION VIII. BIDDING FORMS................................................................68

2

Page 3: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Section I. Invitation to BidThe Securities and Exchange Commission (SEC), through General Appropriations Act for FY 2017 intends to apply the sum of Five Million Pesos (Php5,000,000.00) being the Approved Budget for the Contract (ABC) chargeable to payments under the contract for Subscription to On-Line Document Retrieval System.(Re-Bidding). Bids received in excess of the ABC shall be automatically rejected at bids opening.

SEC now invites bids for the Subscription to On-Line Document Retrieval System. Bidders should have completed, within three (3) years from the date of submission and receipt of bids, a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II, Instructions to Bidders.

Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act (RA 9184), otherwise known as the “Government Procurement Reform Act”. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or corporations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens, pursuant to RA 5183 and subject to Commonwealth Act 138.

Interested bidder may obtain further information from SEC and inspect the Bidding Document at the address given below from 8:00 to 4:00 from Monday to Friday.

A complete set of Bidding Document may be acquired by Interested Bidders starting June 21, 2017 from the address below, upon payment of a non-refundable fee of Two Thousand Pesos (Php2,000.00), pursuant to the latest Guidelines issued by the Government Procurement Policy Board (GPPB). It may also be downloaded free of charge from the Philippine Government Electronic Procurement System (PHILGEPS) and SEC websites, provided that the Bidder shall pay the applicable fee for the Bidding Documents not later than the submission of bids.

The significant time and deadline for procurement activities are shown below:

BAC Activities Time/VenuePre-Bid Conference June 28, 2017, (10:00 a.m.) at the Function Room

A, 2nd Floor, Secretariat Building, PICC Complex, Pasay City

Deadline for submission of any written request for clarification

July 3, 2017, (5:00 p.m.)[email protected]

Proof of Concept July 5, 2017 – July 7, 2017Deadline for the submission and receipt of Bids July 10, 2017 on or before (9:00 a.m.) at the

Procurement Division, 3rd Floor, Secretariat Building, PICC Complex, Pasay City

Opening of Bids July 10, 2017, (9:00 a.m.) at the Function Room A, 2nd Floor, Secretariat Building, PICC Complex, Pasay City

All bids must be accompanied by a Bid Security in any acceptable forms and in the amount stated in ITB clause 18. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address stated above. Late Bids shall not be accepted.

The SEC reserves the right to reject any and all bids, declare a failure of bidding, or not award the contract in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders.

3

Page 4: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

For further information, please refer to:

SEC BAC Secretariat Procurement Division3rd Floor, Secretariat BuildingPICC Complex, Pasay CityTelefax. no.: (632) 818.5330Electronic mail: [email protected] Address: sec.gov.ph.

_______________________________Emmanuel Y. ArtizaChairman, Bids and Awards Committee

4

Page 5: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

CHECKLIST OF ELIGIBILITY AND TECHNICALDOCUMENTS FOR SUBMISSION

FIRST ENVELOPE

Class “A” Documents:

(1) Legal Documents:

Platinum Membership

PhilGEPS Certificate of Registration

Blue Membership

PhilGEPS Certicate of Registration

Registration Certificate from SEC/DTI/CDA: Securities and Exchange Commission (SEC) – for partnerships/corporations; Department of Trade and Industry (DTI) – for sole proprietorship; or Cooperative Development Authority (CDA) –for cooperatives.

Valid and Current Mayor’s Permit

Tax Clearance per Executive Order no. 398, series of 2005, as finally reviewed and Approved by the Bureau of Internal Revenue (BIR)

Audited Financial Statement stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year

(2)Technical Documents (Platinum and Blue Membership)

Statement of all Ongoing Private and Government Contracts, Including Contracts Awarded but not yet started Government & Private contracts whether similar or not similar in nature and complexity to the contract to be bid

Statement of Single Largest Completed Contract, which is similar in nature, within three (3) Years prior to the Pre-Bid Conference with the following attachment:

Photocopy of Single Largest Completed Contract or Purchase Order (at least 50% of the ABC)Certificate of Completion or Acceptance from the Bidder’s client or Official Receipt

Net Financial Contracting Capacity (NFCC) computation or committed Line of Credit from a universal or commercial bank

Bid Security in any of the following forms: Cash or cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank (2% of the ABC); or Surety bond (5% of the ABC) with a Certificate from the Insurance Commission; or Bid Securing Declaration

Conformity with Section VI. Schedule of Requirements of the bidding document

5

Page 6: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Conformity with Section VII. Technical Specifications of the bidding document

Omnibus Sworn Statement

Authority of the Signatory

Class “B” Document:

JVA, if applicable

SECOND ENVELOPE: Financial Component

Financial Bid Form

Bill of Quantities/Bid Price Schedule

6

Page 7: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Section II. Instructions to Bidders

Notes on the Instructions to Bidders

This Section of the Bidding Documents provides the information necessary for bidders to prepare responsive bids, in accordance with the requirements of the Procuring Entity. It also provides information on bid submission, eligibility check, opening and evaluation of bids, post-qualification and on the award of contract.

This Section also contains provisions that are to be used unchanged. Section III consists of provisions that supplement, amend, or specify in detail, information or requirements included in Section II which are specific to each procurement.

Matters governing performance of the Supplier, payments under the contract, or matters affecting the risks, rights, and obligations of the parties under the contract are not normally included in this Section, but rather under Section IV. General Conditions of Contract (GCC), and/or Section V. Special Conditions of Contract (SCC). If duplication of a subject is inevitable in other sections of the document prepared by the Procuring Entity, care must be exercised to avoid contradictions between clauses dealing with the same matter.

7

Page 8: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

TABLE OF CONTENTS

A. GENERAL.........................................................................................................91. Scope of Bid...............................................................................................................92. Source of Funds........................................................................................................93. Corrupt, Fraudulent, Collusive, and Coercive Practices......................................94. Conflict of Interest..................................................................................................105. Eligible Bidders.......................................................................................................126. Bidder’s Responsibilities........................................................................................137. Origin of Goods.......................................................................................................158. Subcontracts............................................................................................................15

B. CONTENTS OF BIDDING DOCUMENTS..........................................................169. Pre-Bid Conference................................................................................................1610. Clarification and Amendment of Bidding Documents........................................16

C. PREPARATION OF BIDS.................................................................................1711. Language of Bid......................................................................................................1712. Documents Comprising the Bid: Eligibility and Technical Components..........1713. Documents Comprising the Bid: Financial Component.....................................1914. Alternative Bids......................................................................................................2015. Bid Prices.................................................................................................................2016. Bid Currencies........................................................................................................2217. Bid Validity.............................................................................................................2218. Bid Security.............................................................................................................2219. Format and Signing of Bids...................................................................................2420. Sealing and Marking of Bids.................................................................................25

D. SUBMISSION AND OPENING OF BIDS............................................................2621. Deadline for Submission of Bids............................................................................2622. Late Bids..................................................................................................................2623. Modification and Withdrawal of Bids..................................................................2624. Opening and Preliminary Examination of Bids...................................................27

E. EVALUATION AND COMPARISON OF BIDS...................................................2825. Process to be Confidential......................................................................................2826. Clarification of Bids................................................................................................2927. Domestic Preference...............................................................................................2928. Detailed Evaluation and Comparison of Bids......................................................2929. Post-Qualification...................................................................................................3130. Reservation Clause.................................................................................................32

F. AWARD OF CONTRACT.................................................................................3331. Contract Award......................................................................................................3332. Signing of the Contract..........................................................................................3433. Performance Security.............................................................................................3434. Notice to Proceed....................................................................................................3535. Protest Mechanism……..………………………………………………………….35

8

Page 9: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

A. General

1. Scope of Bid

1.1. The Procuring Entity named in the BDS invites bids for the supply and delivery of the Goods as described in Section VII Technical Specifications.

1.2. The name, identification, and number of lots specific to this bidding are provided in the BDS. The contracting strategy and basis of evaluation of lots is described in ITB Clause 28.

2. Source of Funds

The Procuring Entity has a budget or has received funds from the Funding Source named in the BDS, and in the amount indicated in the BDS. It intends to apply part of the funds received for the Project, as defined in the BDS, to cover eligible payments under the contract.

3. Corrupt, Fraudulent, Collusive, and Coercive Practices

3.1. Unless otherwise specified in the BDS, the Procuring Entity as well as the bidders and suppliers shall observe the highest standard of ethics during the procurement and execution of the contract. In pursuance of this policy, the Procuring Entity:

(a) defines, for purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves, others, or induce others to do so, by misusing the position in which they are placed, and includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; entering, on behalf of the government, into any contract or transaction manifestly and grossly disadvantageous to the same, whether or not the public officer profited or will profit thereby, and similar acts as provided in RA 3019.

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity, and includes collusive practices among Bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring Entity of the benefits of free and open competition.

(iii) “collusive practices” means a scheme or arrangement between two or more Bidders, with or without the knowledge of the Procuring Entity, designed to establish bid prices at artificial, non-competitive levels.

9

Page 10: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

(iv) “coercive practices” means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the Procuring Entity or any foreign government/foreign or international financing institution into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation; or

(bb) acts intended to materially impede the exercise of the inspection and audit rights of the Procuring Entity or any foreign government/foreign or international financing institution herein.

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract.

3.2. Further, the Procuring Entity will seek to impose the maximum civil, administrative, and/or criminal penalties available under applicable laws on individuals and organizations deemed to be involved in any of the practices mentioned in ITB Clause 3.1(a).

3.3. Furthermore, the Funding Source and the Procuring Entity reserve the right to inspect and audit records and accounts of a bidder or supplier in the bidding for and performance of a contract themselves or through independent auditors as reflected in the GCC Clause 3.

4. Conflict of Interest

4.1. All Bidders found to have conflicting interests shall be disqualified to participate in the procurement at hand, without prejudice to the imposition of appropriate administrative, civil, and criminal sanctions. A Bidder may be considered to have conflicting interests with another Bidder in any of the events described in paragraphs (a) through (c) below and a general conflict of interest in any of the circumstances set out in paragraphs (d) through (g) below:

(a) A Bidder has controlling shareholders in common with another Bidder;

10

Page 11: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

(b) A Bidder receives or has received any direct or indirect subsidy from any other Bidder;

(c) A Bidder has the same legal representative as that of another Bidder for purposes of this bid;

(d) A Bidder has a relationship, directly or through third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder or influence the decisions of the Procuring Entity regarding this bidding process;

(e) A Bidder submits more than one bid in this bidding process. However, this does not limit the participation of subcontractors in more than one bid;

(f) A Bidder who participated as a consultant in the preparation of the design or technical specifications of the Goods and related services that are the subject of the bid; or

(g) A Bidder who lends, or temporarily seconds, its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project, if the personnel would be involved in any capacity on the same project.

4.2. In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents shall be accompanied by a sworn affidavit of the Bidder that it is not related to the Head of the Procuring Entity (HoPE), members of the Bids and Awards Committee (BAC), members of the Technical Working Group (TWG), members of the BAC Secretariat, the head of the Project Management Office (PMO) or the end-user unit, and the project consultants, by consanguinity or affinity up to the third civil degree. On the part of the Bidder, this Clause shall apply to the following persons:

(a) If the Bidder is an individual or a sole proprietorship, to the Bidder himself;

(b) If the Bidder is a partnership, to all its officers and members;

(c) If the Bidder is a corporation, to all its officers, directors, and controlling stockholders;

(d) If the Bidder is a cooperative, to all its officers, directors, and controlling shareholders or members; and

(e) If the Bidder is a joint venture (JV), the provisions of items (a), (b), (c), or (d) of this Clause shall correspondingly apply to each of the members of the said JV, as may be appropriate.

Relationship of the nature described above or failure to comply with this Clause will result in the automatic disqualification of a Bidder.

5. Eligible Bidders

11

Page 12: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

5.1. Unless otherwise provided in the BDS, the following persons shall be eligible to participate in this bidding:

(a) Duly licensed Filipino citizens/sole proprietorships;

(b) Partnerships duly organized under the laws of the Philippines and of which at least sixty percent (60%) of the interest belongs to citizens of the Philippines;

(c) Corporations duly organized under the laws of the Philippines, and of which at least sixty percent (60%) of the outstanding capital stock belongs to citizens of the Philippines;

(d) Cooperatives duly organized under the laws of the Philippines; and

(e) Persons/entities forming themselves into a Joint Venture (JV), i.e., a group of two (2) or more persons/entities that intend to be jointly and severally responsible or liable for a particular contract: Provided, however, that Filipino ownership or interest of the JV concerned shall be at least sixty percent (60%).

5.2. Foreign bidders may be eligible to participate when any of the following circumstances exist, as specified in the BDS:

(a) When a Treaty or International or Executive Agreement as provided in Section 4 of RA 9184 and its IRR allow foreign bidders to participate;

(b) Citizens, corporations, or associations of a country, the laws or regulations of which grant reciprocal rights or privileges to citizens, corporations, or associations of the Philippines;

(c) When the Goods sought to be procured are not available from local suppliers; or

(d) When there is a need to prevent situations that defeat competition or restrain trade.

5.3. Government owned or –controlled corporations (GOCCs) may be eligible to participate only if they can establish that they (a) are legally and financially autonomous, (b) operate under commercial law, and (c) are not attached agencies of the Procuring Entity.

5.4. Unless otherwise provided in the BDS, the Bidder must have completed a Single Largest Completed Contract (SLCC) similar to the Project and the value of which, adjusted, if necessary, by the Bidder to current prices using the Philippine Statistics Authority (PSA) consumer price index, must be at least equivalent to a percentage of the ABC stated in the BDS.

For this purpose, contracts similar to the Project shall be those described in the BDS, and completed within the relevant period stated in the Invitation to Bid and ITB Clause 12.1(a)(ii).

12

Page 13: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

5.5. The Bidder must submit a computation of its Net Financial Contracting Capacity (NFCC), which must be at least equal to the ABC to be bid, calculated as follows:

NFCC = [(Current assets minus current liabilities) (15)] minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started, coinciding with the contract to be bid.

The values of the domestic bidder’s current assets and current liabilities shall be based on the latest Audited Financial Statements submitted to the BIR.

For purposes of computing the foreign bidders’ NFCC, the value of the current assets and current liabilities shall be based on their audited financial statements prepared in accordance with international financial reporting standards.

If the prospective bidder opts to submit a committed Line of Credit, it must be at least equal to ten percent (10%) of the ABC to be bid. If issued by a foreign universal or commercial bank, it shall be confirmed or authenticated by a local universal or commercial bank.

6. Bidder’s Responsibilities

6.1. The Bidder or its duly authorized representative shall submit a sworn statement in the form prescribed in Section VIII. Bidding Forms as required in ITB Clause 12.1(b)(iii).

6.2. The Bidder is responsible for the following:

(a) Having taken steps to carefully examine all of the Bidding Documents;

(b) Having acknowledged all conditions, local or otherwise, affecting the implementation of the contract;

(c) Having made an estimate of the facilities available and needed for the contract to be bid, if any;

(d) Having complied with its responsibility to inquire or secure Supplemental/Bid Bulletin(s) as provided under ITB Clause 10.4.

(e) Ensuring that it is not “blacklisted” or barred from bidding by the GOP or any of its agencies, offices, corporations, or LGUs, including foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the GPPB;

(f) Ensuring that each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;

13

Page 14: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

(g) Authorizing the HoPE or its duly authorized representative/s to verify all the documents submitted;

(h) Ensuring that the signatory is the duly authorized representative of the Bidder, and granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the Bidder in the bidding, with the duly notarized Secretary’s Certificate attesting to such fact, if the Bidder is a corporation, partnership, cooperative, or joint venture;

(i) Complying with the disclosure provision under Section 47 of RA 9184 and its IRR in relation to other provisions of RA 3019;

(j) Complying with existing labor laws and standards, in the case of procurement of services; Moreover, bidder undertakes to:

(i) Ensure the entitlement of workers to wages, hours of work, safety and health and other prevailing conditions of work as established by national laws, rules and regulations; or collective bargaining agreement; or arbitration award, if and when applicable.

In case there is a finding by the Procuring Entity or the DOLE of underpayment or non-payment of workers’ wage and wage-related benefits, bidder agrees that the performance security or portion of the contract amount shall be withheld in favor of the complaining workers pursuant to appropriate provisions of Republic Act No. 9184 without prejudice to the institution of appropriate actions under the Labor Code, as amended, and other social legislations.

(ii) Comply with occupational safety and health standards and to correct deficiencies, if any.

In case of imminent danger, injury or death of the worker, bidder undertakes to suspend contract implementation pending clearance to proceed from the DOLE Regional Office and to comply with Work Stoppage Order; and

(iii) Inform the workers of their conditions of work, labor clauses under the contract specifying wages, hours of work and other benefits under prevailing national laws, rules and regulations; or collective bargaining agreement; or arbitration award, if and when applicable, through posting in two (2) conspicuous places in the establishment’s premises; and

(k) Ensuring that it did not give or pay, directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or

14

Page 15: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity.

Failure to observe any of the above responsibilities shall be at the risk of the Bidder concerned.

6.3. The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents.

6.4. It shall be the sole responsibility of the Bidder to determine and to satisfy itself by such means as it considers necessary or desirable as to all matters pertaining to the contract to be bid, including: (a) the location and the nature of this Project; (b) climatic conditions; (c) transportation facilities; and (d) other factors that may affect the cost, duration, and execution or implementation of this Project.

6.5. The Procuring Entity shall not assume any responsibility regarding erroneous interpretations or conclusions by the prospective or eligible bidder out of the data furnished by the procuring entity. However, the Procuring Entity shall ensure that all information in the Bidding Documents, including bid/supplemental bid bulletin/s issued, are correct and consistent.

6.6. Before submitting their bids, the Bidder is deemed to have become familiar with all existing laws, decrees, ordinances, acts and regulations of the Philippines which may affect this Project in any way.

6.7. The Bidder shall bear all costs associated with the preparation and submission of his bid, and the Procuring Entity will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

6.8. The Bidder should note that the Procuring Entity will accept bids only from those that have paid the applicable fee for the Bidding Documents at the office indicated in the Invitation to Bid.

7. Origin of Goods

Unless otherwise indicated in the BDS, there is no restriction on the origin of goods other than those prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, subject to ITB Clause 27.1.

8. Subcontracts

8.1. Unless otherwise specified in the BDS, the Bidder may subcontract portions of the Goods to an extent as may be approved by the Procuring Entity and stated in the BDS. However, subcontracting of any portion shall not relieve the Bidder from any liability or obligation that may arise from the contract for this Project.

8.2. Subcontractors must submit the documentary requirements under ITB Clause 12 and comply with the eligibility criteria specified in the BDS. In the

15

Page 16: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

event that any subcontractor is found by the Procuring Entity to be ineligible, the subcontracting of such portion of the Goods shall be disallowed.

8.3. The Bidder may identify the subcontractor to whom a portion of the Goods will be subcontracted at any stage of the bidding process or during contract implementation. If the Bidder opts to disclose the name of the subcontractor during bid submission, the Bidder shall include the required documents as part of the technical component of its bid.

B. Contents of Bidding Documents

9. Pre-Bid Conference

9.1. (a) If so specified in the BDS, a pre-bid conference shall be held at the venue and on the date indicated therein, to clarify and address the Bidders’ questions on the technical and financial components of this Project.

(b) The pre-bid conference shall be held at least twelve (12) calendar days before the deadline for the submission and receipt of bids, but not earlier than seven (7) calendar days from the posting of the invitation to bid/bidding documents in the PhilGEPS website. If the Procuring Entity determines that, by reason of the method, nature, or complexity of the contract to be bid, or when international participation will be more advantageous to the GOP, a longer period for the preparation of bids is necessary, the pre-bid conference shall be held at least thirty (30) calendar days before the deadline for the submission and receipt of bids, as specified in the BDS.

9.2. Bidders are encouraged to attend the pre-bid conference to ensure that they fully understand the Procuring Entity’s requirements. Non-attendance of the Bidder will in no way prejudice its bid; however, the Bidder is expected to know the changes and/or amendments to the Bidding Documents as recorded in the minutes of the pre-bid conference and the Supplemental/Bid Bulletin. The minutes of the pre-bid conference shall be recorded and prepared not later than five (5) calendar days after the pre-bid conference. The minutes shall be made available to prospective bidders not later than five (5) days upon written request.

9.3 Decisions of the BAC amending any provision of the bidding documents shall be issued in writing through a Supplemental/Bid Bulletin at least seven (7) calendar days before the deadline for the submission and receipt of bids.

10. Clarification and Amendment of Bidding Documents

10.1. Prospective bidders may request for clarification on and/or interpretation of any part of the Bidding Documents. Such request must be in writing and submitted to the Procuring Entity at the address indicated in the BDS at least ten (10) calendar days before the deadline set for the submission and receipt of Bids.

16

Page 17: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

10.2. The BAC shall respond to the said request by issuing a Supplemental/Bid Bulletin, to be made available to all those who have properly secured the Bidding Documents, at least seven (7) calendar days before the deadline for the submission and receipt of Bids.

10.3. Supplemental/Bid Bulletins may also be issued upon the Procuring Entity’s initiative for purposes of clarifying or modifying any provision of the Bidding Documents not later than seven (7) calendar days before the deadline for the submission and receipt of Bids. Any modification to the Bidding Documents shall be identified as an amendment.

10.4. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted in the PhilGEPS and the website of the Procuring Entity concerned, if available, and at any conspicuous place in the premises of the Procuring Entity concerned. It shall be the responsibility of all Bidders who have properly secured the Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may be issued by the BAC. However, Bidders who have submitted bids before the issuance of the Supplemental/Bid Bulletin must be informed and allowed to modify or withdraw their bids in accordance with ITB Clause 23.

C. Preparation of Bids

11. Language of Bids

The eligibility requirements or statements, the bids, and all other documents to be submitted to the BAC must be in English. If the eligibility requirements or statements, the bids, and all other documents submitted to the BAC are in foreign language other than English, it must be accompanied by a translation of the documents in English. The documents shall be translated by the relevant foreign government agency, the foreign government agency authorized to translate documents, or a registered translator in the foreign bidder’s country; and shall be authenticated by the appropriate Philippine foreign service establishment/post or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines. The English translation shall govern, for purposes of interpretation of the bid.

12. Documents Comprising the Bid: Eligibility and Technical Components

12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the following eligibility and technical documents:

(a) Eligibility Documents –

Class “A” Documents:

(i) PhilGEPS Certificate of Registration and Membership in accordance with Section 8.5.2 of the IRR, except for foreign bidders participating in the procurement by a Philippine Foreign Service Office or Post, which shall submit their

17

Page 18: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

eligibility documents under Section 23.1 of the IRR, provided, that the winning bidder shall register with the PhilGEPS in accordance with section 37.1.4 of the IRR.

(ii) Statement of all its ongoing government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid; and

Statement of the Bidder’s SLCC similar to the contract to be bid, in accordance with ITB Clause 5.4, within the relevant period as provided in the BDS.

The two statements required shall indicate for each contract the following:

(ii.1) name of the contract;

(ii.2) date of the contract;

(ii.3) contract duration;

(ii.4) owner’s name and address;

(ii.5) kinds of Goods;

(ii.6) For Statement of Ongoing Contracts - amount of contract and value of outstanding contracts;

(ii.7) For Statement of SLCC - amount of completed contracts, adjusted by the Bidder to current prices using PSA’s consumer price index, if necessary for the purpose of meeting the SLCC requirement;

(ii.8) date of delivery; and

(ii.9) end user’s acceptance or official receipt(s) or sales invoice issued for the contract, if completed, which shall be attached to the statements.

(iii) NFCC computation in accordance with ITB Clause 5.5 or a committed Line of Credit from a universal or commercial bank.

Class “B” Document:

(iv) If applicable, the Joint Venture Agreement (JVA) in case the joint venture is already in existence, or duly notarized statements from all the potential joint venture partners in accordance with Section 23.1(b) of the IRR.

(b) Technical Documents –

18

Page 19: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

(i) Bid security in accordance with ITB Clause 18. If the Bidder opts to submit the bid security in the form of:

(i.1) a bank draft/guarantee or an irrevocable letter of credit issued by a foreign bank, it shall be accompanied by a confirmation from a Universal or Commercial Bank; or

(i.2) a surety bond, it shall be accompanied by a certification by the Insurance Commission that the surety or insurance company is authorized to issue such instruments;

(ii) Conformity with technical specifications, as enumerated and specified in Sections VI and VII of the Bidding Documents; and

(iii) Sworn statement in accordance with Section 25.3 of the IRR of RA 9184 and using the form prescribed in Section VIII. Bidding Forms.

(iv) For foreign bidders claiming eligibility by reason of their country’s extension of reciprocal rights to Filipinos, a certification from the relevant government office of their country stating that Filipinos are allowed to participate in their government procurement activities for the same item or product.

13. Documents Comprising the Bid: Financial Component

13.1. Unless otherwise stated in the BDS, the financial component of the bid shall contain the following:

(a) Financial Bid Form, which includes bid prices and the applicable Price Schedules, in accordance with ITB Clauses 15.1 and 15.4;

(b) If the Bidder claims preference as a Domestic Bidder, a certification from the DTI issued in accordance with ITB Clause 27, unless otherwise provided in the BDS; and

(c) Any other document related to the financial component of the bid as stated in the BDS.

13.2. (a) Unless otherwise stated in the BDS, all bids that exceed the ABC shall not be accepted.

(b) Unless otherwise indicated in the BDS, for foreign-funded procurement, a ceiling may be applied to bid prices provided the following conditions are met:

(i) Bidding Documents are obtainable free of charge on a freely accessible website. If payment of Bidding Documents is required by the procuring entity, payment could be made upon the submission of bids.

(ii) The procuring entity has procedures in place to ensure that the ABC is based on recent estimates made by the responsible unit of

19

Page 20: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

the procuring entity and that the estimates reflect the quality, supervision and risk and inflationary factors, as well as prevailing market prices, associated with the types of works or goods to be procured.

(iii) The procuring entity has trained cost estimators on estimating prices and analyzing bid variances.

(iv) The procuring entity has established a system to monitor and report bid prices relative to ABC and engineer’s/procuring entity’s estimate.

(v) The procuring entity has established a monitoring and evaluation system for contract implementation to provide a feedback on actual total costs of goods and works.

14. Alternative Bids

14.1 Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made by a Bidder in addition or as a substitute to its original bid which may be included as part of its original bid or submitted separately therewith for purposes of bidding. A bid with options is considered an alternative bid regardless of whether said bid proposal is contained in a single envelope or submitted in two (2) or more separate bid envelopes.

14.2 Each Bidder shall submit only one Bid, either individually or as a partner in a JV. A Bidder who submits or participates in more than one bid (other than as a subcontractor if a subcontractor is permitted to participate in more than one bid) will cause all the proposals with the Bidder’s participation to be disqualified. This shall be without prejudice to any applicable criminal, civil and administrative penalties that may be imposed upon the persons and entities concerned.

15. Bid Prices

15.1. The Bidder shall complete the appropriate Schedule of Prices included herein, stating the unit prices, total price per item, the total amount and the expected countries of origin of the Goods to be supplied under this Project.

15.2. The Bidder shall fill in rates and prices for all items of the Goods described in the Schedule of Prices. Bids not addressing or providing all of the required items in the Bidding Documents including, where applicable, Schedule of Prices, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a zero (0) or a dash (-) for the said item would mean that it is being offered for free to the Government, except those required by law or regulations to be accomplished.

15.3. The terms Ex Works (EXW), Cost, Insurance and Freight (CIF), Cost and Insurance Paid to (CIP), Delivered Duty Paid (DDP), and other trade

20

Page 21: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

terms used to describe the obligations of the parties, shall be governed by the rules prescribed in the current edition of the International Commercial Terms (INCOTERMS) published by the International Chamber of Commerce, Paris.

15.4. Prices indicated on the Price Schedule shall be entered separately in the following manner:

(a) For Goods offered from within the Procuring Entity’s country:

(i) The price of the Goods quoted EXW (ex works, ex factory, ex warehouse, ex showroom, or off-the-shelf, as applicable);

(ii) The cost of all customs duties and sales and other taxes already paid or payable;

(iii) The cost of transportation, insurance, and other costs incidental to delivery of the Goods to their final destination; and

(iv) The price of other (incidental) services, if any, listed in the BDS.

(b) For Goods offered from abroad:

(i) Unless otherwise stated in the BDS, the price of the Goods shall be quoted DDP with the place of destination in the Philippines as specified in the BDS. In quoting the price, the Bidder shall be free to use transportation through carriers registered in any eligible country. Similarly, the Bidder may obtain insurance services from any eligible source country.

(ii) The price of other (incidental) services, if any, listed in the BDS.

(c) For Services, based on the form which may be prescribed by the Procuring Entity, in accordance with existing laws, rules and regulations

15.5. Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the contract and not subject to variation or price escalation on any account. A bid submitted with an adjustable price quotation shall be treated as non-responsive and shall be rejected, pursuant to ITB Clause 24.

All bid prices for the given scope of work in the contract as awarded shall be considered as fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances. Upon the recommendation of the Procuring Entity, price escalation may be allowed in extraordinary circumstances as may be determined by the National Economic and Development Authority in accordance with the Civil Code of the Philippines, and upon approval by the GPPB. Nevertheless, in cases where the cost of the awarded contract is affected by any applicable new laws, ordinances, regulations, or other acts of the GOP, promulgated after the date of bid opening, a contract price adjustment shall be made or appropriate relief shall be applied on a no loss-no gain basis.

21

Page 22: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

16. Bid Currencies

16.1. Prices shall be quoted in the following currencies:

(a) For Goods that the Bidder will supply from within the Philippines, the prices shall be quoted in Philippine Pesos.

(b) For Goods that the Bidder will supply from outside the Philippines, the prices may be quoted in the currency(ies) stated in the BDS. However, for purposes of bid evaluation, bids denominated in foreign currencies shall be converted to Philippine currency based on the exchange rate as published in the Bangko Sentral ng Pilipinas (BSP) reference rate bulletin on the day of the bid opening.

16.2. If so allowed in accordance with ITB Clause 16.1, the Procuring Entity for purposes of bid evaluation and comparing the bid prices will convert the amounts in various currencies in which the bid price is expressed to Philippine Pesos at the foregoing exchange rates.

16.3. Unless otherwise specified in the BDS, payment of the contract price shall be made in Philippine Pesos.

17. Bid Validity

17.1. Bids shall remain valid for the period specified in the BDS which shall not exceed one hundred twenty (120) calendar days from the date of the opening of bids.

17.2. In exceptional circumstances, prior to the expiration of the bid validity period, the Procuring Entity may request Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. The bid security described in ITB Clause 18 should also be extended corresponding to the extension of the bid validity period at the least. A Bidder may refuse the request without forfeiting its bid security, but his bid shall no longer be considered for further evaluation and award. A Bidder granting the request shall not be required or permitted to modify its bid.

18. Bid Security

18.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in the amount stated in the BDS, which shall be not less than the percentage of the ABC in accordance with the following schedule:

Form of Bid SecurityAmount of Bid Security

(Not Less than the Percentage of the ABC)

(a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank. Two percent (2%)

(b) Bank draft/guarantee or

22

Page 23: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.

(c) Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security.

Five percent (5%)

The Bid Securing Declaration mentioned above is an undertaking which states, among others, that the Bidder shall enter into contract with the procuring entity and furnish the performance security required under ITB Clause 33.2, within ten (10) calendar days from receipt of the Notice of Award, and commits to pay the corresponding amount as fine, and be suspended for a period of time from being qualified to participate in any government procurement activity in the event it violates any of the conditions stated therein as provided in the guidelines issued by the GPPB.

18.2. The bid security should be valid for the period specified in the BDS. Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive.

18.3. No bid securities shall be returned to Bidders after the opening of bids and before contract signing, except to those that failed or declared as post-disqualified, upon submission of a written waiver of their right to file a request for reconsideration and/or protest, or upon the lapse of the reglementary period to file a request for reconsideration or protest. Without prejudice on its forfeiture, bid securities shall be returned only after the Bidder with the Lowest Calculated Responsive Bid (LCRB) has signed the contract and furnished the performance security, but in no case later than the expiration of the bid security validity period indicated in ITB Clause 18.2.

18.4. Upon signing and execution of the contract pursuant to ITB Clause 32, and the posting of the performance security pursuant to ITB Clause 33, the successful Bidder’s bid security will be discharged, but in no case later than the bid security validity period as indicated in the ITB Clause 18.2.

18.5. The bid security may be forfeited:

(a) if a Bidder:

(i) withdraws its bid during the period of bid validity specified in ITB Clause 17;

(ii) does not accept the correction of errors pursuant to ITB Clause 28.3(b);

23

Page 24: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

(iii) has a finding against the veracity of any of the documents submitted as stated in ITB Clause 29.2;

(iv) submission of eligibility requirements containing false information or falsified documents;

(v) submission of bids that contain false information or falsified documents, or the concealment of such information in the bids in order to influence the outcome of eligibility screening or any other stage of the public bidding;

(vi) allowing the use of one’s name, or using the name of another for purposes of public bidding;

(vii) withdrawal of a bid, or refusal to accept an award, or enter into contract with the Government without justifiable cause, after the Bidder had been adjudged as having submitted the LCRB;

(viii) refusal or failure to post the required performance security within the prescribed time;

(ix) refusal to clarify or validate in writing its bid during post-qualification within a period of seven (7) calendar days from receipt of the request for clarification;

(x) any documented attempt by a Bidder to unduly influence the outcome of the bidding in his favor;

(xi) failure of the potential joint venture partners to enter into the joint venture after the bid is declared successful; or

(xii) all other acts that tend to defeat the purpose of the competitive bidding, such as habitually withdrawing from bidding, submitting late Bids or patently insufficient bid, for at least three (3) times within a year, except for valid reasons.

(b) if the successful Bidder:

(i) fails to sign the contract in accordance with ITB Clause 32; or

(ii) fails to furnish performance security in accordance with ITB Clause 33.

19. Format and Signing of Bids

19.1. Bidders shall submit their bids through their duly authorized representative using the appropriate forms provided in Section VIII. Bidding Forms on or before the deadline specified in the ITB Clauses 21 in two (2) separate sealed bid envelopes, and which shall be submitted simultaneously. The first shall contain the technical component of the bid, including the eligibility requirements under ITB Clause 12.1, and the second shall contain

24

Page 25: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

the financial component of the bid. This shall also be observed for each lot in the case of lot procurement.

19.2. Forms as mentioned in ITB Clause 19.1 must be completed without any alterations to their format, and no substitute form shall be accepted. All blank spaces shall be filled in with the information requested.

19.3. The Bidder shall prepare and submit an original of the first and second envelopes as described in ITB Clauses 12 and 13. In addition, the Bidder shall submit copies of the first and second envelopes. In the event of any discrepancy between the original and the copies, the original shall prevail.

19.4. Each and every page of the Bid Form, including the Schedule of Prices, under Section VIII hereof, shall be signed by the duly authorized representative/s of the Bidder. Failure to do so shall be a ground for the rejection of the bid.

19.5. Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the duly authorized representative/s of the Bidder.

20. Sealing and Marking of Bids

20.1. Bidders shall enclose their original eligibility and technical documents described in ITB Clause 12 in one sealed envelope marked “ORIGINAL - TECHNICAL COMPONENT”, and the original of their financial component in another sealed envelope marked “ORIGINAL - FINANCIAL COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL BID”.

20.2. Each copy of the first and second envelopes shall be similarly sealed duly marking the inner envelopes as “COPY NO. ___ - TECHNICAL COMPONENT” and “COPY NO. ___ – FINANCIAL COMPONENT” and the outer envelope as “COPY NO. ___”, respectively. These envelopes containing the original and the copies shall then be enclosed in one single envelope.

20.3. The original and the number of copies of the Bid as indicated in the BDS shall be typed or written in ink and shall be signed by the Bidder or its duly authorized representative/s.

20.4. All envelopes shall:

(a) contain the name of the contract to be bid in capital letters;

(b) bear the name and address of the Bidder in capital letters;

(c) be addressed to the Procuring Entity’s BAC in accordance with ITB Clause 1.1;

(d) bear the specific identification of this bidding process indicated in the ITB Clause 1.2; and

25

Page 26: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of bids, in accordance with ITB Clause 21.

20.5. Bid envelopes that are not properly sealed and marked, as required in the bidding documents, shall not be rejected, but the Bidder or its duly authorized representative shall acknowledge such condition of the bid as submitted. The BAC or the Procuring Entity shall assume no responsibility for the misplacement of the contents of the improperly sealed or marked bid, or for its premature opening.

D. Submission and Opening of Bids

21. Deadline for Submission of Bids

Bids must be received by the Procuring Entity’s BAC at the address and on or before the date and time indicated in the BDS.

22. Late Bids

Any bid submitted after the deadline for submission and receipt of bids prescribed by the Procuring Entity, pursuant to ITB Clause 21, shall be declared “Late” and shall not be accepted by the Procuring Entity. The BAC shall record in the minutes of bid submission and opening, the Bidder’s name, its representative and the time the late bid was submitted.

23. Modification and Withdrawal of Bids

23.1. The Bidder may modify its bid after it has been submitted; provided that the modification is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids. The Bidder shall not be allowed to retrieve its original bid, but shall be allowed to submit another bid equally sealed and properly identified in accordance with ITB Clause 20, linked to its original bid marked as “TECHNICAL MODIFICATION” or “FINANCIAL MODIFICATION” and stamped “received” by the BAC. Bid modifications received after the applicable deadline shall not be considered and shall be returned to the Bidder unopened.

23.2 A Bidder may, through a Letter of Withdrawal, withdraw its bid after it has been submitted, for valid and justifiable reason; provided that the Letter of Withdrawal is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids. The Letter of Withdrawal must be executed by the duly authorized representative of the Bidder identified in the Omnibus Sworn Statement, a copy of which should be attached to the letter.

23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall be returned unopened to the Bidders. A Bidder, who has acquired the bidding documents, may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of bids. A Bidder that

26

Page 27: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

withdraws its bid shall not be permitted to submit another bid, directly or indirectly, for the same contract.

23.4. No bid may be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Financial Bid Form. Withdrawal of a bid during this interval shall result in the forfeiture of the Bidder’s bid security, pursuant to ITB Clause 18.5, and the imposition of administrative, civil and criminal sanctions as prescribed by RA 9184 and its IRR.

24. Opening and Preliminary Examination of Bids

24.1. The BAC shall open the bids in public, immediately after the deadline for the submission and receipt of bids, as specified in the BDS. In case the Bids cannot be opened as scheduled due to justifiable reasons, the BAC shall take custody of the Bids submitted and reschedule the opening of Bids on the next working day or at the soonest possible time through the issuance of a Notice of Postponement to be posted in the PhilGEPS website and the website of the Procuring Entity concerned.

24.2. Unless otherwise specified in the BDS, the BAC shall open the first bid envelopes and determine each Bidder’s compliance with the documents prescribed in ITB Clause 12, using a non-discretionary “pass/fail” criterion. If a Bidder submits the required document, it shall be rated “passed” for that particular requirement. In this regard, bids that fail to include any requirement or are incomplete or patently insufficient shall be considered as “failed”. Otherwise, the BAC shall rate the said first bid envelope as “passed”.

24.3. Unless otherwise specified in the BDS, immediately after determining compliance with the requirements in the first envelope, the BAC shall forthwith open the second bid envelope of each remaining eligible bidder whose first bid envelope was rated “passed”. The second envelope of each complying bidder shall be opened within the same day. In case one or more of the requirements in the second envelope of a particular bid is missing, incomplete or patently insufficient, and/or if the submitted total bid price exceeds the ABC unless otherwise provided in ITB Clause 13.2, the BAC shall rate the bid concerned as “failed”. Only bids that are determined to contain all the bid requirements for both components shall be rated “passed” and shall immediately be considered for evaluation and comparison.

24.4. Letters of Withdrawal shall be read out and recorded during bid opening, and the envelope containing the corresponding withdrawn bid shall be returned to the Bidder unopened.

24.5. All members of the BAC who are present during bid opening shall initial every page of the original copies of all bids received and opened.

24.6. In the case of an eligible foreign bidder as described in ITB Clause 5, the following Class “A” Documents may be substituted with the appropriate equivalent documents, if any, issued by the country of the foreign Bidder

27

Page 28: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

concerned, which shall likewise be uploaded and maintained in the PhilGEPS in accordance with Section 8.5.2 of the IRR:

(a) Registration certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or CDA for cooperatives;

(b) Mayor’s/Business permit issued by the local government where the principal place of business of the bidder is located; and

(c) Audited Financial Statements showing, among others, the prospective bidder’s total and current assets and liabilities stamped “received” by the Bureau of Internal Revenue or its duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than two years from the date of bid submission.

24.7. Each partner of a joint venture agreement shall likewise submit the requirements in ITB Clause 12.1(a)(i). Submission of documents required under ITB Clauses 12.1(a)(ii) to 12.1(a)(iii) by any of the joint venture partners constitutes compliance.

24.8. The Procuring Entity shall prepare the minutes of the proceedings of the bid opening that shall include, as a minimum: (a) names of Bidders, their bid price (per lot, if applicable, and/or including discount, if any), bid security, findings of preliminary examination, and whether there is a withdrawal or modification; and (b) attendance sheet. The BAC members shall sign the abstract of bids as read.

24.8 The bidders or their duly authorized representatives may attend the opening of bids. The BAC shall ensure the integrity, security, and confidentiality of all submitted bids. The Abstract of Bids as read and the minutes of the bid opening shall be made available to the public upon written request and payment of a specified fee to recover cost of materials.

24.9 To ensure transparency and accurate representation of the bid submission, the BAC Secretariat shall notify in writing all bidders whose bids it has received through its PhilGEPS-registered physical address or official e-mail address. The notice shall be issued within seven (7) calendar days from the date of the bid opening.

E. Evaluation and Comparison of Bids

25. Process to be Confidential

25.1. Members of the BAC, including its staff and personnel, as well as its Secretariat and TWG, are prohibited from making or accepting any kind of communication with any bidder regarding the evaluation of their bids until the issuance of the Notice of Award, unless otherwise allowed in the case of ITB Clause 26.

28

Page 29: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

25.2. Any effort by a bidder to influence the Procuring Entity in the Procuring Entity’s decision in respect of bid evaluation, bid comparison or contract award will result in the rejection of the Bidder’s bid.

26. Clarification of Bids

To assist in the evaluation, comparison, and post-qualification of the bids, the Procuring Entity may ask in writing any Bidder for a clarification of its bid. All responses to requests for clarification shall be in writing. Any clarification submitted by a Bidder in respect to its bid and that is not in response to a request by the Procuring Entity shall not be considered.

27. Domestic Preference

27.1. Unless otherwise stated in the BDS, the Procuring Entity will grant a margin of preference for the purpose of comparison of bids in accordance with the following:

(a) The preference shall be applied when the lowest Foreign Bid is lower than the lowest bid offered by a Domestic Bidder.

(b) For evaluation purposes, the lowest Foreign Bid shall be increased by fifteen percent (15%).

(c) In the event that the lowest bid offered by a Domestic Bidder does not exceed the lowest Foreign Bid as increased, then the Procuring Entity shall award the contract to the Domestic Bidder at the amount of the lowest Foreign Bid.

(d) If the Domestic Bidder refuses to accept the award of contract at the amount of the Foreign Bid within two (2) calendar days from receipt of written advice from the BAC, the Procuring Entity shall award to the bidder offering the Foreign Bid, subject to post-qualification and submission of all the documentary requirements under these Bidding Documents.

27.2. A Bidder may be granted preference as a Domestic Bidder subject to the certification from the DTI that the Bidder is offering unmanufactured articles, materials or supplies of the growth or production of the Philippines, or manufactured articles, materials, or supplies manufactured or to be manufactured in the Philippines substantially from articles, materials, or supplies of the growth, production, or manufacture, as the case may be, of the Philippines.

28. Detailed Evaluation and Comparison of Bids

28.1. The Procuring Entity will undertake the detailed evaluation and comparison of bids which have passed the opening and preliminary examination of bids, pursuant to ITB Clause 24, in order to determine the Lowest Calculated Bid.

28.2. The Lowest Calculated Bid shall be determined in two steps:

29

Page 30: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

(a) The detailed evaluation of the financial component of the bids, to establish the correct calculated prices of the bids; and

(b) The ranking of the total bid prices as so calculated from the lowest to the highest. The bid with the lowest price shall be identified as the Lowest Calculated Bid.

28.3. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of all bids rated “passed,” using non-discretionary pass/fail criteria. The BAC shall consider the following in the evaluation of bids:

(a) Completeness of the bid. Unless the BDS allows partial bids, bids not addressing or providing all of the required items in the Schedule of Requirements including, where applicable, Schedule of Prices, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a zero (0) or a dash (-) for the said item would mean that it is being offered for free to the Procuring Entity, except those required by law or regulations to be provided for; and

(b) Arithmetical corrections. Consider computational errors and omissions to enable proper comparison of all eligible bids. It may also consider bid modifications. Any adjustment shall be calculated in monetary terms to determine the calculated prices.

28.4. Based on the detailed evaluation of bids, those that comply with the above-mentioned requirements shall be ranked in the ascending order of their total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, to identify the Lowest Calculated Bid. Total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, which exceed the ABC shall not be considered, unless otherwise indicated in the BDS.

28.5. The Procuring Entity’s evaluation of bids shall be based on the bid price quoted in the Bid Form, which includes the Schedule of Prices.

28.6. Bids shall be evaluated on an equal footing to ensure fair competition. For this purpose, all bidders shall be required to include in their bids the cost of all taxes, such as, but not limited to, value added tax (VAT), income tax, local taxes, and other fiscal levies and duties which shall be itemized in the bid form and reflected in the detailed estimates. Such bids, including said taxes, shall be the basis for bid evaluation and comparison.

28.7. If so indicated pursuant to ITB Clause 1.2, Bids are being invited for individual lots or for any combination thereof, provided that all Bids and combinations of Bids shall be received by the same deadline and opened and evaluated simultaneously so as to determine the Bid or combination of Bids offering the lowest calculated cost to the Procuring Entity. Bid prices quoted shall correspond to all items specified for each lot and to all quantities specified for each item of a lot. Bid Security as required by ITB Clause 18

30

Page 31: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

shall be submitted for each contract (lot) separately. The basis for evaluation of lots is specified in BDS Clause 28.3.

29. Post-Qualification

29.1. The BAC shall determine to its satisfaction whether the Bidder that is evaluated as having submitted the Lowest Calculated Bid complies with and is responsive to all the requirements and conditions specified in ITB Clauses 5, 12, and 13.

29.2. Within a non-extendible period of five (5) calendar days from receipt by the bidder of the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall submit its latest income and business tax returns filed and paid through the BIR Electronic Filing and Payment System (eFPS) and other appropriate licenses and permits required by law and stated in the BDS.

Failure to submit any of the post-qualification requirements on time, or a finding against the veracity thereof, shall disqualify the bidder for award. Provided in the event that a finding against the veracity of any of the documents submitted is made, it shall cause the forfeiture of the bid security in accordance with Section 69 of the IRR of RA 9184.

29.3. The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses 12 and 13, as well as other information as the Procuring Entity deems necessary and appropriate, using a non-discretionary “pass/fail” criterion, which shall be completed within a period of twelve (12) calendar days.

29.4. If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria for post-qualification, it shall declare the said bid as the LCRB, and recommend to the HoPE the award of contract to the said Bidder at its submitted price or its calculated bid price, whichever is lower.

29.5. A negative determination shall result in rejection of the Bidder’s Bid, in which event the Procuring Entity shall proceed to the next Lowest Calculated Bid with a fresh period to make a similar determination of that Bidder’s capabilities to perform satisfactorily. If the second Bidder, however, fails the post qualification, the procedure for post qualification shall be repeated for the Bidder with the next Lowest Calculated Bid, and so on until the LCRB is determined for recommendation for contract award.

29.6. Within a period not exceeding fifteen (15) calendar days from the determination by the BAC of the LCRB and the recommendation to award the contract, the HoPE or his duly authorized representative shall approve or disapprove the said recommendation.

29.7. In the event of disapproval, which shall be based on valid, reasonable, and justifiable grounds as provided for under Section 41 of the IRR of RA 9184, the HoPE shall notify the BAC and the Bidder in writing of such decision and the grounds for it. When applicable, the BAC shall conduct a

31

Page 32: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

post-qualification of the Bidder with the next Lowest Calculated Bid. A request for reconsideration may be filed by the bidder with the HoPE in accordance with Section 37.1.3 of the IRR of RA 9184.

30. Reservation Clause

30.1. Notwithstanding the eligibility or post-qualification of a Bidder, the Procuring Entity concerned reserves the right to review its qualifications at any stage of the procurement process if it has reasonable grounds to believe that a misrepresentation has been made by the said Bidder, or that there has been a change in the Bidder’s capability to undertake the project from the time it submitted its eligibility requirements. Should such review uncover any misrepresentation made in the eligibility and bidding requirements, statements or documents, or any changes in the situation of the Bidder which will affect its capability to undertake the project so that it fails the preset eligibility or bid evaluation criteria, the Procuring Entity shall consider the said Bidder as ineligible and shall disqualify it from submitting a bid or from obtaining an award or contract.

30.2. Based on the following grounds, the Procuring Entity reserves the right to reject any and all bids, declare a Failure of Bidding at any time prior to the contract award, or not to award the contract, without thereby incurring any liability, and make no assurance that a contract shall be entered into as a result of the bidding:

(a) If there is prima facie evidence of collusion between appropriate public officers or employees of the Procuring Entity, or between the BAC and any of the Bidders, or if the collusion is between or among the bidders themselves, or between a Bidder and a third party, including any act which restricts, suppresses or nullifies or tends to restrict, suppress or nullify competition;

(b) If the Procuring Entity’s BAC is found to have failed in following the prescribed bidding procedures; or

(c) For any justifiable and reasonable ground where the award of the contract will not redound to the benefit of the GOP as follows:

(i) If the physical and economic conditions have significantly changed so as to render the project no longer economically, financially or technically feasible as determined by the HoPE;

(ii) If the project is no longer necessary as determined by the HoPE; and

(iii) If the source of funds for the project has been withheld or reduced through no fault of the Procuring Entity.

30.3. In addition, the Procuring Entity may likewise declare a failure of bidding when:

(a) No bids are received;

32

Page 33: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

(b) All prospective Bidders are declared ineligible;

(c) All bids fail to comply with all the bid requirements or fail post-qualification; or

(d) The bidder with the LCRB refuses, without justifiable cause to accept the award of contract, and no award is made in accordance with Section 40 of the IRR of RA 9184.

F. Award of Contract

31. Contract Award

31.1. Subject to ITB Clause 29, the HoPE or its duly authorized representative shall award the contract to the Bidder whose bid has been determined to be the LCRB.

31.2. Prior to the expiration of the period of bid validity, the Procuring Entity shall notify the successful Bidder in writing that its bid has been accepted, through a Notice of Award duly received by the Bidder or its representative personally or sent by registered mail or electronically, receipt of which must be confirmed in writing within two (2) days by the Bidder with the LCRB and submitted personally or sent by registered mail or electronically to the Procuring Entity.

31.3. Notwithstanding the issuance of the Notice of Award, award of contract shall be subject to the following conditions:

(a) Submission of the following documents within ten (10) calendar days from receipt of the Notice of Award:

(i) Valid JVA, if applicable; or

(ii) In the case of procurement by a Philippine Foreign Service Office or Post, the PhilGEPS Registration Number of the winning foreign Bidder;

(b) Posting of the performance security in accordance with ITB Clause 33;

(c) Signing of the contract as provided in ITB Clause 32; and

(d) Approval by higher authority, if required, as provided in Section 37.3 of the IRR of RA 9184.

31.4. At the time of contract award, the Procuring Entity shall not increase or decrease the quantity of goods originally specified in Section VI. Schedule of Requirement

32. Signing of the Contract

33

Page 34: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

32.1. At the same time as the Procuring Entity notifies the successful Bidder that its bid has been accepted, the Procuring Entity shall send the Contract Form to the Bidder, which contract has been provided in the Bidding Documents, incorporating therein all agreements between the parties.

32.2. Within ten (10) calendar days from receipt of the Notice of Award, the successful Bidder shall post the required performance security, sign and date the contract and return it to the Procuring Entity.

32.3. The Procuring Entity shall enter into contract with the successful Bidder within the same ten (10) calendar day period provided that all the documentary requirements are complied with.

32.4. The following documents shall form part of the contract:

(a) Contract Agreement;

(b) Bidding Documents;

(c) Winning bidder’s bid, including the Technical and Financial Proposals, and all other documents/statements submitted (e.g., bidder’s response to request for clarifications on the bid), including corrections to the bid, if any, resulting from the Procuring Entity’s bid evaluation;

(d) Performance Security;

(e) Notice of Award of Contract; and

(f) Other contract documents that may be required by existing laws and/or specified in the BDS.

33. Performance Security

33.1. To guarantee the faithful performance by the winning Bidder of its obligations under the contract, it shall post a performance security within a maximum period of ten (10) calendar days from the receipt of the Notice of Award from the Procuring Entity and in no case later than the signing of the contract.

33.2. The Performance Security shall be denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount not less than the percentage of the total contract price in accordance with the following schedule:

Form of Performance SecurityAmount of Performance Security

(Not less than the Percentage of the Total Contract Price)

(a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank.

Five percent (5%)

34

Page 35: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

(b) Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.

(c) Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security.

Thirty percent (30%)

33.3. Failure of the successful Bidder to comply with the above-mentioned requirement shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in which event the Procuring Entity shall have a fresh period to initiate and complete the post qualification of the second Lowest Calculated Bid. The procedure shall be repeated until the LCRB is identified and selected for recommendation of contract award. However if no Bidder passed post-qualification, the BAC shall declare the bidding a failure and conduct a re-bidding with re-advertisement, if necessary.

34. Notice to ProceedWithin seven (7) calendar days from the date of approval of the contract by the appropriate government approving authority, the Procuring Entity shall issue the Notice to Proceed (NTP) together with a copy or copies of the approved contract to the successful Bidder. All notices called for by the terms of the contract shall be effective only at the time of receipt thereof by the successful Bidder.

35. Protest Mechanism

Decisions of the procuring entity at any stage of the procurement process may be questioned in accordance with Section 55 of the IRR of RA 9184.

35

Page 36: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Section III. Bid Data Sheet

Notes on the Bid Data Sheet

Section III is intended to assist the Procuring Entity in providing the specific information in relation to corresponding clauses in the ITB included in Section II, and has to be prepared for each specific procurement.

The Procuring Entity should specify in the BDS information and requirements specific to the circumstances of the Procuring Entity, the processing of the procurement, the applicable rules regarding bid price and currency, and the bid evaluation criteria that will apply to the bids. In preparing Section III, the following aspects should be checked:

(a) Information that specifies and complements provisions of Section II must be incorporated.

(b) Amendments and/or supplements, if any, to provisions of Section II as necessitated by the circumstances of the specific procurement, must also be incorporated.

For foreign-assisted projects, the Bid Data Sheet to be used is provided in Section IX-Foreign-Assisted Projects.

36

Page 37: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Bid Data SheetITB Clause1.1 The Procuring Entity is Securities and Exchange Commission

The name of the Contract is Subscription to On-Line Document Retrieval System (Re-Bidding).

The identification number of the Contract is [insert identification number of the contract as provided in the Invitation to Bid].

1.2 The lot(s) and reference is/are:

Subscription to On-Line Document Retrieval System (Re-Bidding)2 The Funding Source is:

The Government of the Philippines (GOP) through the General Appropriations Act (GAA) for FY-2017 in the amount of Five Million Pesos (Php 5,000,000.00) inclusive of VAT and other applicable taxes.

The name of the Project is: Subscription to On-Line Document Retrieval System (Re-Bidding).

3.1 No further instructions.5.2 None of the circumstances mentioned in the ITB Clause exist in the project.

Foreign bidders, Except those falling under ITB Clause (b), may not participate in this Project.

5.4 The Bidder must have completed, within the (3) three years prior to the deadline of submission and receipt of bids for this project, a single contract that is similar to the Project at hand and whose value must be at least fifty percent (50%) of ABC to be bid. Such contract must be part of, or included in, the Statement under Item 12.1(a)(iii) hereof.

Bidder shall include in their bids:

1) A photocopy of Approved Contract or Purchase Order/Work Order.(i) End-User’s Certificate of Completion or Acceptance from bidder’s

client or Official Receipt for the contract.

Similar contract shall refer to the subscription to a document management system to store and retrieve electronic documents/images captured through the use of a scanner.

7 No further instructions.

8.1 Subcontracting is not allowed

8.2 Not applicable

9.1 The Procuring Entity will hold a Pre-bid Conference for this Project on June 28, 2017, 10:00 at the Function Room A, 2nd Floor, Secretariat

37

Page 38: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Building, PICC Complex, Pasay City

10.1 The Procuring Entity’s address is:The BAC ChairmanThru: The BAC SecretariatProcurement Division 3rd Floor, Secretariat Building, PICC Complex, Pasay City

12.1(a) No further instructions.

12.1(a)(ii) a) Per GPPB Res. No. 16-2014, Bidder’s Statement of all on-going and awarded but not yet started government and private contracts (whether similar or not similar in nature and complexity on the contract to be bid). Instruction to bidders are provided in the standard form for this requirement, attached in Section VIII. Bidding Forms.

b) Per GPPB Res. No. 16-2014, Bidder’s Statement of single largest completed contract similar to the contract to be bid, within three (3) years period prior to the deadline for submission and receipt of bids for this project. Instruction to bidders are provided in the prescribed form for this requirement, attached in Section VIII. Bidding Forms.

13.1 No additional requirements.

13.1(b) No further instructions.

13.1(c) No additional requirements.”

13.2 The ABC is Php 5,000,000.00 inclusive of VAT and other applicable taxes. Any bid with a financial component exceeding this amount shall not be accepted.

15.4(a)(iv) No incidental services are required.

15.4(b) Not applicable.

16.1(b) The Bid prices for Goods supplied from outside of the Philippines shall be quoted in Philippine Pesos.

16.3 Not applicable.

17.1 Bids shall be valid for one hundred twenty (120) calendar days from the date of opening of bids.

18.1 The bid security shall be in the form of a Bid Securing Declaration, or any of the following forms and amounts:

1. Php 100,000.00 (2%) of ABC, for cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit;

2. Php 250,000.00 (5%) of ABC, for Surety Bond callable upon demand issued by a surety or insurance company duly certified by the Insurance

38

Page 39: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Commission.

18.2 The bid security shall be valid until 120 calendar days from Bid Opening.

20.3 Each Bidder shall submit one (1) originally signed certified true copy of the original document and three (3) duplicate copies of the first and second components of its bid. Bidder must arrange each bid documents into sections with tabs properly labeled separating each document according to the provided checklist.

21 The address for submission of bids is:Procurement Division 3rd Floor, Secretariat Building, PICC Complex, Pasay City

The deadline for submission of bids is on July 10, 2017, on or before 9:00 a.m.

24.1 The place of bid opening is

Function Room A, 2nd Floor, Secretariat BuildingPICC Complex, Pasay City

The opening of bids is on July 10, 2017, 9:00 a.m.

24.2 No further instructions.24.3 No further instructions.27.1 No further instructions.28.3 (a) The goods are grouped in a single lot and the lot shall not be divided into

sub-lots for the purpose of bidding, evaluation, and contract award.

28.3 (b) Bid modification is allowed in case of arithmetical corrections only.

28.4 No further instructions.

29.2 The latest income and business tax returns filed and paid through the BIR Electronic Filing and Payment System (eFPS) consisting the following:

- 2016 Income Tax Return with proof of payment; and- VAT Returns (Form 2550M and 2550Q) or Percentage Tax

Return (2551M) with proof of payment within the last six (6) months preceding the date of bid submission.

32.4(f) No additional requirement.

39

Page 40: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Section IV. General Conditions of Contract

Notes on the General Conditions of Contract

The GCC in Section IV, read in conjunction with the SCC in Section V and other documents listed therein, should be a complete document expressing all the rights and obligations of the parties.

The GCC herein shall not be altered. Any changes and complementary information, which may be needed, shall be introduced only through the SCC in Section V.

40

Page 41: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

TABLE OF CONTENTS

1. DEFINITIONS.............................................................................................422. CORRUPT, FRAUDULENT, COLLUSIVE, AND COERCIVE PRACTICES...........433. INSPECTION AND AUDIT BY THE FUNDING SOURCE.............................444. GOVERNING LAW AND LANGUAGE.................................................445. NOTICES................................................................................446. SCOPE OF CONTRACT................................................................457. SUBCONTRACTING....................................................................458. PROCURING ENTITY’S RESPONSIBILITIES.........................................459. PRICES..................................................................................4510................................................................................................................................PAYMENT

...........................................................................................4611..........................................................ADVANCE PAYMENT AND TERMS OF PAYMENT

...........................................................................................4612.............................................................................................................TAXES AND DUTIES

...........................................................................................4713..................................................................................................PERFORMANCE SECURITY

...........................................................................................4714...............................................USE OF CONTRACT DOCUMENTS AND INFORMATION

...........................................................................................4815...........................................................................................................................STANDARDS

...........................................................................................4816.....................................................................................................INSPECTION AND TESTS

...........................................................................................4817............................................................................................................................WARRANTY

...........................................................................................4918................................................................DELAYS IN THE SUPPLIER’S PERFORMANCE

...........................................................................................5019.......................................................................................................LIQUIDATED DAMAGES

...........................................................................................5020...............................................................................................SETTLEMENT OF DISPUTES

...........................................................................................50

41

Page 42: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

21.............................................................................................LIABILITY OF THE SUPPLIER

...........................................................................................5122..................................................................................................................FORCE MAJEURE

...........................................................................................5123............................................................................................TERMINATION FOR DEFAULT

...........................................................................................5124......................................................................................TERMINATION FOR INSOLVENCY

...........................................................................................5225...................................................................................TERMINATION FOR CONVENIENCE

...........................................................................................5226.............................................................................TERMINATION FOR UNLAWFUL ACTS

...........................................................................................5327......................................................PROCEDURES FOR TERMINATION OF CONTRACTS

...........................................................................................5328...................................................................................................ASSIGNMENT OF RIGHTS

...........................................................................................5429....................................................................................................CONTRACT AMENDMENT

...........................................................................................5530.........................................................................................................................APPLICATION

...........................................................................................55

42

Page 43: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

36. Definitions

36.1. In this Contract, the following terms shall be interpreted as indicated:

(a) “The Contract” means the agreement entered into between the Procuring Entity and the Supplier, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

(b) “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.

(c) “The Goods” means all of the supplies, equipment, machinery, spare parts, other materials and/or general support services which the Supplier is required to provide to the Procuring Entity under the Contract.

(d) “The Services” means those services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training, and other such obligations of the Supplier covered under the Contract.

(e) “GCC” means the General Conditions of Contract contained in this Section.

(f) “SCC” means the Special Conditions of Contract.

(g) “The Procuring Entity” means the organization purchasing the Goods, as named in the SCC.

(h) “The Procuring Entity’s country” is the Philippines.

(i) “The Supplier” means the individual contractor, manufacturer distributor, or firm supplying/manufacturing the Goods and Services under this Contract and named in the SCC.

(j) The “Funding Source” means the organization named in the SCC.

(k) “The Project Site,” where applicable, means the place or places named in the SCC.

(l) “Day” means calendar day.

(m) The “Effective Date” of the contract will be the date of signing the contract, however the Supplier shall commence performance of its obligations only upon receipt of the Notice to Proceed and copy of the approved contract.

(n) “Verified Report” refers to the report submitted by the Implementing Unit to the HoPE setting forth its findings as to the existence of grounds or causes for termination and explicitly stating its recommendation for the issuance of a Notice to Terminate.

43

Page 44: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

37. Corrupt, Fraudulent, Collusive, and Coercive Practices

37.1. Unless otherwise provided in the SCC, the Procuring Entity as well as the bidders, contractors, or suppliers shall observe the highest standard of ethics during the procurement and execution of this Contract. In pursuance of this policy, the Procuring Entity:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) "corrupt practice" means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves, others, or induce others to do so, by misusing the position in which they are placed, and it includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; entering, on behalf of the Government, into any contract or transaction manifestly and grossly disadvantageous to the same, whether or not the public officer profited or will profit thereby, and similar acts as provided in Republic Act 3019.

(ii) "fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity, and includes collusive practices among Bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring Entity of the benefits of free and open competition.

(iii) “collusive practices” means a scheme or arrangement between two or more Bidders, with or without the knowledge of the Procuring Entity, designed to establish bid prices at artificial, non-competitive levels.

(iv) “coercive practices” means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the Procuring Entity or any foreign government/foreign or international financing institution into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation; or

44

Page 45: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

(bb) acts intended to materially impede the exercise of the inspection and audit rights of the Procuring Entity or any foreign government/foreign or international financing institution herein.

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract.

37.2. Further the Funding Source, Borrower or Procuring Entity, as appropriate, will seek to impose the maximum civil, administrative and/or criminal penalties available under the applicable law on individuals and organizations deemed to be involved with any of the practices mentioned in GCC Clause 2.1(a).

38. Inspection and Audit by the Funding Source

The Supplier shall permit the Funding Source to inspect the Supplier’s accounts and records relating to the performance of the Supplier and to have them audited by auditors appointed by the Funding Source, if so required by the Funding Source.

39. Governing Law and Language

39.1. This Contract shall be interpreted in accordance with the laws of the Republic of the Philippines.

39.2. This Contract has been executed in the English language, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract. All correspondence and other documents pertaining to this Contract exchanged by the parties shall be written in English.

40. Notices

40.1. Any notice, request, or consent required or permitted to be given or made pursuant to this Contract shall be in writing. Any such notice, request, or consent shall be deemed to have been given or made when received by the concerned party, either in person or through an authorized representative of the Party to whom the communication is addressed, or when sent by registered mail, telex, telegram, or facsimile to such Party at the address specified in the SCC, which shall be effective when delivered and duly received or on the notice’s effective date, whichever is later.

40.2. A Party may change its address for notice hereunder by giving the other Party notice of such change pursuant to the provisions listed in the SCC for GCC Clause 5.1.

41. Scope of Contract

45

Page 46: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

41.1. The Goods and Related Services to be provided shall be as specified in Section VI. Schedule of Requirement

41.2. This Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein. Any additional requirements for the completion of this Contract shall be provided in the SCC.

42. Subcontracting

42.1. Subcontracting of any portion of the Goods, if allowed in the BDS, does not relieve the Supplier of any liability or obligation under this Contract. The Supplier will be responsible for the acts, defaults, and negligence of any subcontractor, its agents, servants or workmen as fully as if these were the Supplier’s own acts, defaults, or negligence, or those of its agents, servants or workmen.

42.2. If subcontracting is allowed, the Supplier may identify its subcontractor during contract implementation. Subcontractors disclosed and identified during the bidding may be changed during the implementation of this Contract. In either case, subcontractors must submit the documentary requirements under ITB Clause 12 and comply with the eligibility criteria specified in the BDS. In the event that any subcontractor is found by the Procuring Entity to be ineligible, the subcontracting of such portion of the Goods shall be disallowed.

43. Procuring Entity’s Responsibilities

43.1. Whenever the performance of the obligations in this Contract requires that the Supplier obtain permits, approvals, import, and other licenses from local public authorities, the Procuring Entity shall, if so needed by the Supplier, make its best effort to assist the Supplier in complying with such requirements in a timely and expeditious manner.

43.2. The Procuring Entity shall pay all costs involved in the performance of its responsibilities in accordance with GCC Clause 6.

44. Prices

44.1. For the given scope of work in this Contract as awarded, all bid prices are considered fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances and upon prior approval of the GPPB in accordance with Section 61 of R.A. 9184 and its IRR or except as provided in this Clause.

44.2. Prices charged by the Supplier for Goods delivered and/or services performed under this Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception of any change in price resulting from a Change Order issued in accordance with GCC Clause 29.

45. Payment

46

Page 47: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

45.1. Payments shall be made only upon a certification by the HoPE to the effect that the Goods have been rendered or delivered in accordance with the terms of this Contract and have been duly inspected and accepted. Except with the prior approval of the President no payment shall be made for services not yet rendered or for supplies and materials not yet delivered under this Contract. Ten percent (10%) of the amount of each payment shall be retained by the Procuring Entity to cover the Supplier’s warranty obligations under this Contract as described in GCC Clause 17.

45.2. The Supplier’s request(s) for payment shall be made to the Procuring Entity in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and/or Services performed, and by documents submitted pursuant to the SCC provision for GCC Clause 6.2, and upon fulfillment of other obligations stipulated in this Contract.

45.3. Pursuant to GCC Clause 10.2, payments shall be made promptly by the Procuring Entity, but in no case later than sixty (60) days after submission of an invoice or claim by the Supplier. Payments shall be in accordance with the schedule stated in the SCC.

45.4. Unless otherwise provided in the SCC, the currency in which payment is made to the Supplier under this Contract shall be in Philippine Pesos.

45.5. Unless otherwise provided in the SCC, payments using Letter of Credit (LC), in accordance with the Guidelines issued by the GPPB, is allowed. For this purpose, the amount of provisional sum is indicated in the SCC. All charges for the opening of the LC and/or incidental expenses thereto shall be for the account of the Supplier.

46. Advance Payment and Terms of Payment

46.1. Advance payment shall be made only after prior approval of the President, and shall not exceed fifteen percent (15%) of the Contract amount, unless otherwise directed by the President or in cases allowed under Annex “D” of RA 9184.

46.2. All progress payments shall first be charged against the advance payment until the latter has been fully exhausted.

46.3. For Goods supplied from abroad, unless otherwise indicated in the SCC, the terms of payment shall be as follows:

(a) On Contract Signature: Fifteen Percent (15%) of the Contract Price shall be paid within sixty (60) days from signing of the Contract and upon submission of a claim and a bank guarantee for the equivalent amount valid until the Goods are delivered and in the form provided in Section VIII. Bidding Forms.

(b) On Delivery: Sixty-five percent (65%) of the Contract Price shall be paid to the Supplier within sixty (60) days after the date of receipt of the

47

Page 48: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Goods and upon submission of the documents (i) through (vi) specified in the SCC provision on Delivery and Documents.

(c) On Acceptance: The remaining twenty percent (20%) of the Contract Price shall be paid to the Supplier within sixty (60) days after the date of submission of the acceptance and inspection certificate for the respective delivery issued by the Procuring Entity’s authorized representative. In the event that no inspection or acceptance certificate is issued by the Procuring Entity’s authorized representative within forty five (45) days of the date shown on the delivery receipt, the Supplier shall have the right to claim payment of the remaining twenty percent (20%) subject to the Procuring Entity’s own verification of the reason(s) for the failure to issue documents (vii) and (viii) as described in the SCC provision on Delivery and Documents.

47. Taxes and Duties

The Supplier, whether local or foreign, shall be entirely responsible for all the necessary taxes, stamp duties, license fees, and other such levies imposed for the completion of this Contract.

48. Performance Security

48.1. Within ten (10) calendar days from receipt of the Notice of Award from the Procuring Entity but in no case later than the signing of the contract by both parties, the successful Bidder shall furnish the performance security in any the forms prescribed in the ITB Clause 33.2.

48.2. The performance security posted in favor of the Procuring Entity shall be forfeited in the event it is established that the winning bidder is in default in any of its obligations under the contract.

48.3. The performance security shall remain valid until issuance by the Procuring Entity of the Certificate of Final Acceptance.

48.4. The performance security may be released by the Procuring Entity and returned to the Supplier after the issuance of the Certificate of Final Acceptance subject to the following conditions:

(a) There are no pending claims against the Supplier or the surety company filed by the Procuring Entity;

(b) The Supplier has no pending claims for labor and materials filed against it; and

(c) Other terms specified in the SCC.

48.5. In case of a reduction of the contract value, the Procuring Entity shall allow a proportional reduction in the original performance security, provided that any such reduction is more than ten percent (10%) and that the aggregate of such reductions is not more than fifty percent (50%) of the original performance security.

48

Page 49: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

49. Use of Contract Documents and Information

49.1. The Supplier shall not, except for purposes of performing the obligations in this Contract, without the Procuring Entity’s prior written consent, disclose this Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Entity. Any such disclosure shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance.

49.2. Any document, other than this Contract itself, enumerated in GCC Clause 14.1 shall remain the property of the Procuring Entity and shall be returned (all copies) to the Procuring Entity on completion of the Supplier’s performance under this Contract if so required by the Procuring Entity.

50. Standards

The Goods provided under this Contract shall conform to the standards mentioned in the Section VII. Technical Specifications; and, when no applicable standard is mentioned, to the authoritative standards appropriate to the Goods’ country of origin. Such standards shall be the latest issued by the institution concerned.

51. Inspection and Tests

51.1. The Procuring Entity or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Entity. The SCC and

51.2. Section VII. Technical Specifications shall specify what inspections and/or tests the Procuring Entity requires and where they are to be conducted. The Procuring Entity shall notify the Supplier in writing, in a timely manner, of the identity of any representatives retained for these purposes.

51.3. If applicable, the inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of delivery, and/or at the goods’ final destination. If conducted on the premises of the Supplier or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Procuring Entity. The Supplier shall provide the Procuring Entity with results of such inspections and tests.

51.4. The Procuring Entity or its designated representative shall be entitled to attend the tests and/or inspections referred to in this Clause provided that the Procuring Entity shall bear all of its own costs and expenses incurred in connection with such attendance including, but not limited to, all traveling and board and lodging expenses.

51.5. The Procuring Entity may reject any Goods or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the

49

Page 50: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Procuring Entity, and shall repeat the test and/or inspection, at no cost to the Procuring Entity, upon giving a notice pursuant to GCC Clause 5.

51.6. The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by the Procuring Entity or its representative, shall release the Supplier from any warranties or other obligations under this Contract.

52. Warranty

52.1. The Supplier warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials, except when the technical specifications required by the Procuring Entity provides otherwise.

52.2. The Supplier further warrants that all Goods supplied under this Contract shall have no defect, arising from design, materials, or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.

52.3. In order to assure that manufacturing defects shall be corrected by the Supplier, a warranty shall be required from the Supplier for a minimum period specified in the SCC. The obligation for the warranty shall be covered by, at the Supplier’s option, either retention money in an amount equivalent to at least one percent (1%) of every progress payment, or a special bank guarantee equivalent to at least one percent (1%) of the total Contract Price or other such amount if so specified in the SCC. The said amounts shall only be released after the lapse of the warranty period specified in the SCC; provided, however, that the Supplies delivered are free from patent and latent defects and all the conditions imposed under this Contract have been fully met.

52.4. The Procuring Entity shall promptly notify the Supplier in writing of any claims arising under this warranty. Upon receipt of such notice, the Supplier shall, within the period specified in the SCC and with all reasonable speed, repair or replace the defective Goods or parts thereof, without cost to the Procuring Entity.

52.5. If the Supplier, having been notified, fails to remedy the defect(s) within the period specified in GCC Clause 17.4, the Procuring Entity may proceed to take such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Procuring Entity may have against the Supplier under the Contract and under the applicable law.

53. Delays in the Supplier’s Performance

53.1. Delivery of the Goods and/or performance of Services shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Entity in Section VI. Schedule of Requirements. If at any time during the performance of this Contract, the Supplier or its Subcontractor(s) should

50

Page 51: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

encounter conditions impeding timely delivery of the Goods and/or performance of Services, the Supplier shall promptly notify the Procuring Entity in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, and upon causes provided for under GCC Clause 22, the Procuring Entity shall evaluate the situation and may extend the Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of Contract.

53.2. Except as provided under GCC Clause 22, a delay by the Supplier in the performance of its obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 19, unless an extension of time is agreed upon pursuant to GCC Clause 29 without the application of liquidated damages.

54. Liquidated Damages

Subject to GCC Clauses 18 and 22, if the Supplier fails to satisfactorily deliver any or all of the Goods and/or to perform the Services within the period(s) specified in this Contract inclusive of duly granted time extensions if any, the Procuring Entity shall, without prejudice to its other remedies under this Contract and under the applicable law, deduct from the Contract Price, as liquidated damages, the applicable rate of one tenth (1/10) of one (1) percent of the cost of the unperformed portion for every day of delay until actual delivery or performance. The maximum deduction shall be ten percent (10%) of the amount of contract. Once the maximum is reached, the Procuring Entity may rescind or terminate the Contract pursuant to GCC Clause 23, without prejudice to other courses of action and remedies open to it.

55. Settlement of Disputes

55.1. If any dispute or difference of any kind whatsoever shall arise between the Procuring Entity and the Supplier in connection with or arising out of this Contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

55.2. If after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Procuring Entity or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.

55.3. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under this Contract.

55.4. In the case of a dispute between the Procuring Entity and the Supplier, the dispute shall be resolved in accordance with Republic Act 9285 (“R.A. 9285”), otherwise known as the “Alternative Dispute Resolution Act of 2004.”

51

Page 52: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

55.5. Notwithstanding any reference to arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree; and the Procuring Entity shall pay the Supplier any monies due the Supplier.

56. Liability of the Supplier

56.1. The Supplier’s liability under this Contract shall be as provided by the laws of the Republic of the Philippines, subject to additional provisions, if any, set forth in the SCC.

56.2. Except in cases of criminal negligence or willful misconduct, and in the case of infringement of patent rights, if applicable, the aggregate liability of the Supplier to the Procuring Entity shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.

57. Force Majeure

57.1. The Supplier shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that the Supplier’s delay in performance or other failure to perform its obligations under the Contract is the result of a force majeure.

57.2. For purposes of this Contract the terms “force majeure” and “fortuitous event” may be used interchangeably. In this regard, a fortuitous event or force majeure shall be interpreted to mean an event which the Supplier could not have foreseen, or which though foreseen, was inevitable. It shall not include ordinary unfavorable weather conditions; and any other cause the effects of which could have been avoided with the exercise of reasonable diligence by the Supplier. Such events may include, but not limited to, acts of the Procuring Entity in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

57.3. If a force majeure situation arises, the Supplier shall promptly notify the Procuring Entity in writing of such condition and the cause thereof. Unless otherwise directed by the Procuring Entity in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure.

58. Termination for Default

58.1. The Procuring Entity shall terminate this Contract for default when any of the following conditions attends its implementation:

(a) Outside of force majeure, the Supplier fails to deliver or perform any or all of the Goods within the period(s) specified in the contract, or within any extension thereof granted by the Procuring Entity pursuant to a request made by the Supplier prior to the delay, and such failure amounts to at least ten percent (10%) of the contact price;

52

Page 53: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

(b) As a result of force majeure, the Supplier is unable to deliver or perform any or all of the Goods, amounting to at least ten percent (10%) of the contract price, for a period of not less than sixty (60) calendar days after receipt of the notice from the Procuring Entity stating that the circumstance of force majeure is deemed to have ceased; or

(c) The Supplier fails to perform any other obligation under the Contract.

58.2. In the event the Procuring Entity terminates this Contract in whole or in part, for any of the reasons provided under GCC Clauses 23 to 26, the Procuring Entity may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Supplier shall be liable to the Procuring Entity for any excess costs for such similar Goods or Services. However, the Supplier shall continue performance of this Contract to the extent not terminated.

58.3. In case the delay in the delivery of the Goods and/or performance of the Services exceeds a time duration equivalent to ten percent (10%) of the specified contract time plus any time extension duly granted to the Supplier, the Procuring Entity may terminate this Contract, forfeit the Supplier's performance security and award the same to a qualified Supplier.

59. Termination for Insolvency

The Procuring Entity shall terminate this Contract if the Supplier is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Procuring Entity and/or the Supplier.

60. Termination for Convenience

60.1. The Procuring Entity may terminate this Contract, in whole or in part, at any time for its convenience. The HoPE may terminate a contract for the convenience of the Government if he has determined the existence of conditions that make Project Implementation economically, financially or technically impractical and/or unnecessary, such as, but not limited to, fortuitous event(s) or changes in law and national government policies.

60.2. The Goods that have been delivered and/or performed or are ready for delivery or performance within thirty (30) calendar days after the Supplier’s receipt of Notice to Terminate shall be accepted by the Procuring Entity at the contract terms and prices. For Goods not yet performed and/or ready for delivery, the Procuring Entity may elect:

(a) to have any portion delivered and/or performed and paid at the contract terms and prices; and/or

(b) to cancel the remainder and pay to the Supplier an agreed amount for partially completed and/or performed goods and for materials and parts previously procured by the Supplier.

53

Page 54: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

60.3. If the Supplier suffers loss in its initial performance of the terminated contract, such as purchase of raw materials for goods specially manufactured for the Procuring Entity which cannot be sold in open market, it shall be allowed to recover partially from this Contract, on a quantum meruit basis. Before recovery may be made, the fact of loss must be established under oath by the Supplier to the satisfaction of the Procuring Entity before recovery may be made.

61. Termination for Unlawful Acts

61.1. The Procuring Entity may terminate this Contract in case it is determined prima facie that the Supplier has engaged, before or during the implementation of this Contract, in unlawful deeds and behaviors relative to contract acquisition and implementation. Unlawful acts include, but are not limited to, the following:

(a) Corrupt, fraudulent, and coercive practices as defined in ITB Clause 3.1(a);

(b) Drawing up or using forged documents;

(c) Using adulterated materials, means or methods, or engaging in production contrary to rules of science or the trade; and

(d) Any other act analogous to the foregoing.

62. Procedures for Termination of Contracts

62.1. The following provisions shall govern the procedures for termination of this Contract:

(a) Upon receipt of a written report of acts or causes which may constitute ground(s) for termination as aforementioned, or upon its own initiative, the Implementing Unit shall, within a period of seven (7) calendar days, verify the existence of such ground(s) and cause the execution of a Verified Report, with all relevant evidence attached;

(b) Upon recommendation by the Implementing Unit, the HoPE shall terminate this Contract only by a written notice to the Supplier conveying the termination of this Contract. The notice shall state:

(i) that this Contract is being terminated for any of the ground(s) afore-mentioned, and a statement of the acts that constitute the ground(s) constituting the same;

(ii) the extent of termination, whether in whole or in part;

(iii) an instruction to the Supplier to show cause as to why this Contract should not be terminated; and

(iv) special instructions of the Procuring Entity, if any.

54

Page 55: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

(c) The Notice to Terminate shall be accompanied by a copy of the Verified Report;

(d) Within a period of seven (7) calendar days from receipt of the Notice of Termination, the Supplier shall submit to the HoPE a verified position paper stating why this Contract should not be terminated. If the Supplier fails to show cause after the lapse of the seven (7) day period, either by inaction or by default, the HoPE shall issue an order terminating this Contract;

(e) The Procuring Entity may, at any time before receipt of the Supplier’s verified position paper described in item (d) above withdraw the Notice to Terminate if it is determined that certain items or works subject of the notice had been completed, delivered, or performed before the Supplier’s receipt of the notice;

(f) Within a non-extendible period of ten (10) calendar days from receipt of the verified position paper, the HoPE shall decide whether or not to terminate this Contract. It shall serve a written notice to the Supplier of its decision and, unless otherwise provided, this Contract is deemed terminated from receipt of the Supplier of the notice of decision. The termination shall only be based on the ground(s) stated in the Notice to Terminate;

(g) The HoPE may create a Contract Termination Review Committee (CTRC) to assist him in the discharge of this function. All decisions recommended by the CTRC shall be subject to the approval of the HoPE; and

(h) The Supplier must serve a written notice to the Procuring Entity of its intention to terminate the contract at least thirty (30) calendar days before its intended termination. The Contract is deemed terminated if it is not resumed in thirty (30) calendar days after the receipt of such notice by the Procuring Entity.

63. Assignment of Rights

The Supplier shall not assign his rights or obligations under this Contract, in whole or in part, except with the Procuring Entity’s prior written consent.

64. Contract Amendment

Subject to applicable laws, no variation in or modification of the terms of this Contract shall be made except by written amendment signed by the parties.

65. Application

These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of this Contract.

55

Page 56: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Section V. Special Conditions of Contract

Notes on the Special Conditions of Contract

Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in providing contract-specific information in relation to corresponding clauses in the GCC.

The provisions of this Section complement the GCC, specifying contractual requirements linked to the special circumstances of the Procuring Entity, the Procuring Entity’s country, the sector, and the Goods purchased. In preparing this Section, the following aspects should be checked:

(a) Information that complements provisions of Section IV must be incorporated.

(b) Amendments and/or supplements to provisions of Section IV, as necessitated by the circumstances of the specific purchase, must also be incorporated.

However, no special condition which defeats or negates the general intent and purpose of the provisions of Section IV should be incorporated herein.

For foreign-assisted projects, the Special Conditions of Contract to be used is provided in Section IX-Foreign-Assisted Projects.

56

Page 57: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Special Conditions of ContractGCC Clause

1.1(g) The Procuring Entity is the Securities and Exchange Commission1.1(i) The Supplier is to be determined at the time of contract award.1.1(j) The Funding Source is

The Government of the Philippines (GOP) through the authorized appropriations under the FY 2017 General Appropriations Act in the amount of Php 5,000,000.00.

1.1(k) The Project Site is:Securities and Exchange CommissionSecretariat Building, PICC Complex, Pasay City

2.1 No further instructions.5.1 The Procuring Entity’s address for Notices is:

Securities and Exchange CommissionSEC BAC Secretariat 3rd Floor, Secretariat BuildingPICC Complex, Pasay CityTelefax. no.: (632) 818.5330Electronic mail: [email protected] Address: sec.gov.ph.

The Supplier’s address for Notices is: To be determined at the time of Contract Award.

6.2 The Goods shall be delivered by the supplier at the place stated in the Schedule of Requirement not later than 4:00 p.m. on the day of delivery as indicated in Section VI. Schedule of Requirement.

Moreover, the delivery place or schedule as indicated in Section VI. Schedule of Requirements may be modified by the SEC during the term of this Contract with prior due notice, written or verbal, to the Supplier.

The Supplier is required to provide all of these specified in Section VI. Schedule of Requirement.

10.4 Not applicable” 10.5 Payment using LC is not allowed.

11.3 Maintain the GCC Clause.

13.4(c) No further instructions.16.1 None17.3 If the Goods pertain to Expendable Supplies: Three (3) months after

acceptance by the Procuring Entity of the delivered Goods or after the Goods

57

Page 58: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

are consumed, whichever is earlier.

If the Goods pertain to Non-expendable Supplies: One (1) year after acceptance by the Procuring Entity of the delivered Goods.

17.4 The period for correction of defects in the warranty period is stated in Section VII. Technical Specification.

21.1 No additional provision.

58

Page 59: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Section VI. Schedule of Requirements

ItemNumber

Description Contract Duration

1 Subscription to On-line Document Retrieval System (Re-Bidding)

One (1) year

The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which the date of delivery to the project site

Item No. Description Quantity OUTPUT

I Subscription to On-line Document Retrieval System (Re-Bidding) 1 Lot Within 30 days upon receipt of

Notice to Proceed (NTP)

Place of Delivery:

Securities and Exchange Commission, Secretariat Building, PICC Complex, Pasay City

I certify to comply and deliver the above requirements upon receipt of the approved Contract from SEC.

Company Name : _____________________________Company Address : _____________________________

AUTHORIZED REPRESENTATIVE:

Signature : _____________________________Printed Name : _____________________________Position : _____________________________Date : _____________________________

59

Page 60: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Section VII. Technical Specifications

TERMS OF REFERENCESUBSCRIPTION TO ON-LINE DOCUMENT RETRIEVAL SYSTEM

Category Required Specifications Statement of Compliance

I.Project Title Subscription of Services for an On-Line Document Retrieval System (ODRS)

II. Project Objective

The main objective of the Project is to provide SEC through subscription a complete package/solution (which includes hardware, manpower application system/facility) for browser-based On-line Document Retrieval System (ODRS) that meets the document on-line submission and retrieval requirements of SEC in terms of its functionalities, features, and technical specifications.

III. Specific Objectives

Corollary to the above main objective of the ODRS, the specific objectives are as follows:

1. To provide centralized document retrieval facility as an alternative system to the current web-based submission and retrieval system through-out the subscription period of one (1) year.

2. To provide a document conversion facility to address the updating of day-forward scanned documents available for viewing/printing using the ODRS.

3. To provide an automatic migration process of existing digitized documents to the ODRS to make all documents available online.

4. To provide a system that is compatible with different platforms.

5. To provide for an alternative document submission facility with integration to SEC i-View System.

IV. Project Description

A.Functionalities

Document Conversion Facility

1. Document conversion of day-forward document as a back-up to the current system.

2. Facility to capture index information per document that maybe derived by extraction from legacy systems or manual entry.

3. Standard document conversion stages of reviews and validations.

4. Administration module. Facility to administer the

60

Page 61: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

users, profiles and configurations of the system.5. Facility to copy the structured documents (produced

day-forward) from the current retrieval system to the ODRS.

Document Retrieval Facility

1. Document Retrieval module. Facility to search documents using their index as search parameters, and view the imaged documents of the searched indices.

2. Administration module. Facility to administer the users, profiles and configuration of the system.

Automatic Migration Process

1. To provide an automatic migration process of back-up volumes to the online retrieval system to make all documents available online within 45 days from project commencement.

2. Migration module. Facility to copy the structured documents from the current

3. Retrieval system to the ODRS.

Monitoring Facility during the Conversion Process

1. To monitor the flow of documents and information throughout the conversion process as dictated by SEC’s policies.

2. Document-centric Process Models. Online work translated from the SEC’s legacy process flows.

3. Workflow module. System that monitors the progress of documents in the document conversion process according to the defined process models.

4. Workflow Administration module. Facility that manages the users, profiles and work models.

5. Workflow Process Monitoring Service. Facility that mirrors the transactions in the legacy systems to the workflow system.

Computer Assisted Document Receipt Facility

1. Data Entry Module2. Index Facility Module3. Generation of Acknowledgement Receipt (Barcode

Page)4. Report Generation Facility

61

Page 62: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

B.System Features The solution shall comprise the following main system modules: Document Conversion Module

1. Document Migration Module2. Document Retrieval Module3. Document Submission Module

C. Technical Specifications

C.1 Document Conversion Systems

1. Must be able to support standard image formats (TIFF,JPG) from any document imaging equipment.2. The system shall allow for unlimited number of indexes per document type.3. The system must be able to interface with SEC’s legacy system for validation of captured data.4. The System must be able to interface with the On-line Document Retrieval System for automatic uploading of captured documents.5. The System must be able to automatically export captured documents into a format that can be uploaded to the current retrieval system of SEC.6. The system must incorporate a multi-step review and

quality assurance process prior to final exportation. The review tasks must be allocated to specified users according to security profiles.

7. The system must incorporate a workflow monitoring system that allows users to monitor the progress of each process thread as it goes through the document conversion process. The workflow monitoring system must be able to detect changes in stages or status of documents and shall inform the user via.7.a The workflow monitoring system must have a browser- based interface.7.b The workflow monitoring system must have a facility to search for ongoing and past jobs.8. The system must have a user authentication feature with a least User ID and password. After successful authentication, the system shall respond accordingly by exposing only the features delegated to the tasks and permissions assigned to the user.9. The system’s user security must be linked to the On-line Document Retrieval System so that they share the same users and profiles tables.10. The system shall have efficient image manipulation

features that are conducive to efficient data capture such as auto-zooming to pre-defined field zones, zoom-in, zoom-out, panning, magnification and rotation.

11. The system shall allow changes in document taxonomies (addition, deletion or modification of index fields) without program coding and re-compiling of program files.

12. The system must be able to verify captured data against

62

Page 63: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

special validation rules set by the SEC. The verification process must be automatic and shall aid the document conversion team in producing error-free outputs. The system shall easily accommodate changes to validation rules without re-compiling of major program files.

13. The system must use a batch-processing model in the conversion of documents.

Document Migration Module

1. The system must be web-based application which will meet the response time of at least two (2) seconds but not more than five (5) seconds.

2. The system shall be executed with minimal user intervention and shall automatically copy/transfer the critical documents and data from the existing SEC document conversion system into the On-line Document retrieval module.

3. The system shall be re-usable for the migration of documents produced on a daily basis from the current system into the alternative retrieval system.

4. The system shall have user authentication with at least User ID and password.

5. The system’s user security must be linked to the Document Retrieval System so that they share the same users and profiles tables.

6. The migration of documents shall be fully documented to derive reports of total migrated documents, the source document entities and the destination entities in the retrieval system.

7. The migration of existing SEC Database to the ODRS which shall include company profile, indexes, document type and images.

Document Retrieval Module

1. Must be able to accommodate at least 300 simultaneous users to search and view the scanned/imaged documentsThe system shall impose no limit on the number of documents stored or the number of users accessing them.

2. The system shall allow for unlimited number of indexes per document or report type defined

3. The system shall be a browser-based application and shall have the capability to restrict users in viewing and printing of documents. Viewing of documents shall not prompt the user to download the file.

4. The system shall include a browser-based report-generation interface to be able to compute for the number of documents accessed, number of documents viewed, and number of documents/pages printed based on user-defined report

5. The system shall be capable to search documents via index field using logical relationships and Boolean queries.

6. The system shall be capable of generating audit-trail reports of user actions specifically the time and date and other relevant details of document searching, access and printing.

7. The system shall be capable of defining/sorting options in

63

Page 64: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

the presentation of search results.8. The system shall be capable of viewing documents to a

desired zoom percentage and to rotate pages.9. The system shall not allow alteration of archived contents

within the repository.10. The system shall have the capacity to allow administrators

to specify locations of archived contents.11. The system front-end must work in any Windows OS and

must be capable of adapting to new technology.12. There must be no database skill required to install and use

the system. Database tables must be automatically created.13. The system must support storage of the following image

formats – TIFF (single-and multi-page/doc cd format)/JPEG/BMP/PNG Files, Portable Data Form (PDF)

14. The system backend must not store the document images in the database.

15. The system shall have an advanced compression technology that enables real time storage and retrieval.

16. The system front-end shall be customized for the logo and aesthetics of the SEC.

17. The system must provide for user ID authentication18. The system shall allow for the integration of user accounts

from the SEC legacy system.19. The system shall provide System administration functions

(e.g. define access and feature rights, force log off, activate or unlock user ID, or enrolling/resetting of password, etc.)

20. The system shall be capable of creating groups of users with similar security requirements.

21. The system shall provide mass enrollment for user or group access rights definition.

22. The system shall provide complete flexibility in restricting users or groups of users to access only those documents or types of the documents for which they are authorized.

23. The system shall have a facility to define user ID and access before services can be availed.User functions must be authorized by the administrator to a user or group of users.

24. The system shall have a proprietary format for archives or support for encryption.

25. The system shall allow definition of user groups and provide access to objects by group.

26. The system shall have a GUI administrative interface for easy maintenance of user, document and access definition.

27. The system shall be able to automatically disconnect inactive workstation when the threshold is exceeded. The threshold shall be defined by the administrator.

28. The system shall have the capability to restrict users or groups of users from searching specific records, viewing of documents, printing of documents, and generating reports.

29. The system shall have the capability for producing security

64

Page 65: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

audit log record reports.30. The system shall be able to handle volume of at least 10

million pages annually.

Document Submission Module

1. Must be able to accommodate at least 35 concurrent users.2. The system shall be capable of adding, modifying and cancellation of received documents.3. The system shall be capable to generate Barcode Page compatible with the existing legacy system (Code 39)4. The system shall be capable of generating batch list/batch control sheet for every 20 documents received5. The system shall be capable to generate report on a specify date of receipt by user and document type6. The system shall be capable of receiving other documents such as letters, non-company related documents.7. The system shall be capable of reprinting the barcode and the batch list.8. The system shall be capable of receiving documents with no company profile under the exceptional document.9. Output of the document submission model should be uploaded/copied to SEC iView (SEC No., Company Name, Document type, Receipt Date, Period Date, Image Address, CD Number, Roll number, Blip Number, page start, page end, total number of pages.)

V. Approved Budget for the Contract (ABC)

Five Million Pesos (PHP 5,000,000.00) Vat Inclusive

VI. Contract Duration

One year subscription

VII. Schedule of Requirement

Deliverables Required Date of Delivery

Document Conversion Module with workflow process monitoring

Operational within 60 days from Supplier’s receipt of Notice to Proceed

On-line Document Retrieval Facility shall be working and fully implemented

Operational within 60 days from Supplier’s receipt of Notice to Proceed

Document Migration (Migration of digitized copy of documents with their respective indexes)

Operational within 60 days from Supplier’s receipt of Notice to Proceed

Project Deployment Within 60 days from Supplier’s receipt of Notice to Proceed

Computer assisted document receipt facility

Operational within 60 days from Supplier’s receipt of

65

Page 66: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Notice to Proceed

VIII. Service Level Agreement

The Service Provider shall ensure the following:

1. 99.5% system availability

2. Response Time for Search must be at least two (2) seconds but not more than five (5) seconds.

3. Response Time for Display of Image of not more than five (5) seconds.

4. Response time for printing of Documents of not more than five (5) seconds.

5. Response time for Receiving of documents of not more than three (3) minutes.

All the Service Level agreements/requirements indicated above, including other requirement cited in this Terms of Reference is to be strictly implemented, and delay or any delay or any deliverables not delivered on schedule shall constitute the invocation of contractual penalties as specified below:

A penalty of 1/10 of 1% of the cost of the contract per day of a fraction thereof of any delay or non-compliance with the deliverables shall be paid by the Service Provider.

IX. Other RequirementsA. Proof of Concept-The Service Provider must be able to

demonstrate an existing system similar to the SEC project supporting the following functionalities:

1. Document Conversion Facility

2. Document Retrieval Facility

3. Automatic Migration Process

4. Monitoring Facility During the Conversion Process

5. Computer Assisted Document Receipt Facility

B. Account Manager to oversee the subscription service and ensure that all the deliverables are complies with and monitor the contract implementation

C. A Help Desk Technical Support of at least one (1) technical personnel should be on-site (SEC premises) 8 x 5. The duties

66

Page 67: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

and responsibilities of the technical support follows:

1. Ensures system availability.

2. Trouble-shoots/resolves any error encountered.

3. Serves as focal point for escalation of a complex problem to the Help Desk Team of the Service provider.

4. Copies/uploads all current documents scanned and its respective indexes to the ODRS.

5. Copies/uploads all documents scanned and its respective indexes to SEC i-View repository when the need arises.

6. Prepares the necessary documentation that maybe required during the contract period.

I hereby certify that the statement of compliance to the foregoing technical specifications are true and correct otherwise, if found to be false either during bid evaluation, post-qualification or the execution of the contract, the same shall give rise to the imposition of administrative sanctions and the forfeiture of bid security or the performance security posted consistent with section 69.1 and 69.2 of the revised Implementing Rules and Regulations of the Republic Act No. 9184

Company : ______________________Name

Company : ______________________Address

AUTHORIZED REPRESENTATIVE:

Signature : ______________________

Printed : ______________________NamePosition : ______________________Date : ______________________

67

Page 68: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Section VIII. Bidding Forms

Notes on the Bidding Forms

The Bidder shall complete and submit with its Bid the Bid Form and Price Schedules in accordance with ITB Clause 15 with the requirements of the Bidding Documents and the format set out in this Section.

When requested in the BDS, the Bidder should provide the Bid Security, either in the form included hereafter or in another form acceptable to the Entity, pursuant to ITB Clause 18.1.

The Contract Agreement Form, when it is finalized at the time of contract award, should incorporate any corrections or modifications to the accepted Bid resulting from price corrections. The Price Schedule and Schedule of Requirements deemed to form part of the contract should be modified accordingly.

The Performance Security Form and Bank Guarantee Form for Advance Payment should not be completed by the Bidders at the time of their Bid preparation. Only the successful Bidder will be required to provide performance security and bank guarantee for advance payment in accordance with one of the forms indicated herein or in another form acceptable to the Procuring Entity and pursuant to GCC Clause 13 and its corresponding SCC provision.

The sworn affidavit must be completed by all Bidders in accordance with ITB Clause 4.2. Failure to do so and submit it with the bid shall result in the rejection of the bid and the Bidder’s disqualification.

68

Page 69: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

TABLE OF CONTENTS

Bid Form..................................................................................................................................70

Contract Agreement Form.......................................................................................................72

Omnibus Sworn Statement......................................................................................................76

Bid Securing Declaration.........................................................................................................79

Statement of all ongoing government and private contracts including contracts awarded but not yet started, whether similar or not similar in nature and complexity to the contract to be bid ...........................................................................................................81

Statement of Single Largest Completed Contract similar to the contract to be bidWithin three (3) years period...................................................................................................82

Bid Price Schedule...................................................................................................................83

Authority of Signatory (Corporation)......................................................................................84

Authority of Signatory (Sole Proprietor/Partnership)..............................................................85

69

Page 70: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Bid Form

Date: Invitation to Bid1 No:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to [supply/deliver/perform] [description of the Goods] in conformity with the said Bidding Documents for the sum of [total Bid amount in words and figures] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form, amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:2

Name and address of agent

Amount and Currency

Purpose of Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the Lowest Calculated Bid or any Bid you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause 5 of the Bidding Documents.

1 If ADB, JICA and WB funded projects, use IFB.2 Applicable only if the Funding Source is the ADB, JICA or WB.

70

Page 71: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as the owner and sole proprietor or authorized representative of Name of Bidder , has the full power and authority to participate, submit the bid, and to sign and execute the ensuing contract, on the latter’s behalf for the Name of Project of the Name of the Procuring Entity] [for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute the ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring Entity].

We acknowledge that failure to sign each and every page of this Bid Form, including the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ____________________________

71

Page 72: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Contract Agreement Form

Contract No. ________

KNOW ALL MEN BY THESE PRESENTS:

This Agreement made and entered into this ___ day of _________ at Pasay City, Metro Manila, Philippines by and between:

SECURITIES AND EXCHANGE COMMISSION, a government agency created by virtue of Commonwealth Act No. 83, with office address at SEC, Secretariat Building, PICC Complex, Pasay City, represented herein by its General Counsel Atty. CAMILO S. CORREA, duly authorized to sign this contract under SEC Office Order No. 19, Series of 2012 and its Information and Communications Technology Department OIC-Director LILIA O. PINZON, duly authorized to sign this contract under SEC Resolution No. 784, Series of 2014, a copy of which is hereto attached as annexes “A” and “B”, respectively, hereinafter referred to as the “SEC”;

-AND-___________________________, a domestic corporation duly registered and existing under the laws of the Philippines, with principal office address at ______________________________ herein represented by the President, __________________________________, who is duly authorized to sign this contract as indicated in the Authority of Signatory dated ________________________________, a copy of which is hereto attached as Annex “C”, hereinafter referred to as ________________________";

WITNESSETH:

WHEREAS, the SEC Bids and Awards Committee (BAC) conducted a public bidding for the project, Subscription to On-Line Document Retrieval System with an Approved Budget for the Contract of Php 5,000,000.00;

WHEREAS, on June 20, 2017, the Invitation to Bid for said project was posted in the PhilGEPS website, SEC Website and in all SEC Bulletin Boards, respectively;

WHEREAS, ____________________ responded to said invitation and attended the Pre-Bid Conference on __________________;

WHEREAS, during the submission and opening of bids on _________________, ______________submitted its bid proposal;

72

Page 73: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

WHEREAS, after preliminary examination of Bids, the BAC, using a non-discretionary pass/fail criteria, declared the bid of _____________ as the Single Lowest Calculated Bid in the amount of ________________________________________________________________;

WHEREAS, upon careful examination, validation and verification of the eligibility, technical and financial proposal, and based on the Evaluation Report of the SEC Technical Working Group (TWG), the BAC declared the bid of ______________ as the Single Lowest Calculated and Responsive Bid in the amount of ______________________________________);

WHEREAS, in BAC Resolution No. _________________ dated September 15, 2014, the BAC recommended to the Chairperson the award of the contract to _____________;

WHEREAS, the Chairperson approved the recommendation of the BAC and accordingly, issued the Notice of Award on ______________________;

WHEREAS, ______________ submitted its Performance Security in the form of surety bond issued by _________________________________ on ___________________ in the amount of _______________________________________________;

NOW, THEREFORE, for and in consideration of the foregoing premises, the parties hereby mutually stipulate and agree as follows:

1. In this Agreement, the words and expressions shall have the same meaning as are respectively assigned to them in the General and Special Conditions of this Contract.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, namely:

Annex Description of Documents No. of PagesB SEC Bidding Document 85C Bidder’s Eligibility/Technical DocumentsD Bidder’s Financial ProposalE Supplemental Bid Bulletin No. 1F General Conditions of ContractsG Special Conditions of ContractH Notice of AwardJ Performance Security

3. The Contract shall have a term of one (1) year commencing on _________________ to _____________________.

Should extra services beyond regular working hours be needed or required by SEC, its authorized representative/s may request ________ to perform such services; provided that such extra services shall be within the scope of the existing contract. Payment for extra services actually rendered shall be made in a separate billing, the computation of which shall be on the employee’s basic pay.

73

Page 74: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

4. In consideration of the payments to be made by SEC, __________________hereby covenants with SEC to the _________________________ in conformity in all respects with the provisions of this Agreement.

5. The SEC hereby agrees to pay the _____________________ the amount of _____________________________________________ in consideration of its performance of the services and delivery of goods, under the provisions of this Agreement at the times and in the manner prescribed herein.

6. If any legal action is necessary to enforce the terms and conditions of this Agreement, the parties agree that the City of Mandaluyong shall be the sole venue and jurisdiction for the filing of such action.

7. If any term, provision, covenant or condition of this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the provision hereof shall remain in full force and effect and shall in no way be affected, impaired or invalidated.

8. In carrying out provisions of this Agreement, there shall be no personal liability on the officials and employees of the SEC, it being understood that in such matters they act as agents and representatives of the SEC. Any right of action by ____________________________ against any official or employees of the SEC is waived.

IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in accordance with laws of the Republic of the Philippines on the day and year first above written.

SECURITIES AND EXCHANGE ______________________COMMISSION _______________________TIN: 000-190-308-000

Signing for Commission By: By:

CAMILO S. CORREA _____________________PresidentTIN: __________________

SIGNED IN THE PRESENCE OF:

74

Page 75: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

By: By:

Lilia O. Pinzon __________________OIC-Director, ICTD __________________Witness Witness

Certified Funds Available:

_____________________________ADELAIDA C. NAVARRO-BANARIA

Director, FMD

ACKNOWLEDGEMENT

REPUBLIC OF THE PHILIPPINES )MANDALUYONG CITY )S. S.

BEFORE ME, a Notary Public for and in the City of MANDALUYONG City on this _____day of _____________ 20__, personally came and appeared the following; and presenting competent evidence of identity, as follows:

Name Evidence of Identity

_________________ TIN: ____________________________ TIN: ___________

all known to me and to me known to be the same persons who executed this Agreement consisting of Four (4) including this page, where the acknowledgement is written, and they acknowledged to me that the same is their free and voluntary act and deed as well as the entity/corporation they represent.

IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my notarial seal on the date and at the place first hereinabove written.

Notary Public

Doc. No. ___________Page No. ___________Book No. ___________Series of 2015

75

Page 76: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )CITY/MUNICIPALITY OF ______ ) S.S.

AFF IDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor or authorized representative of [Name of Bidder] with office address at [address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];

2. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor, or authorized representative of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of Attorney;

If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable;)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;

76

Page 77: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Select one, delete the rest:

If a sole proprietorship: The owner or sole proprietor is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

If a corporation or joint venture: None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

6. [Name of Bidder] complies with existing labor laws and standards; and

7. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract;

c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

8. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines.

_____________________________________Bidder’s Representative/Authorized Signatory

77

Page 78: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLICSerial No. of Commission _______________Notary Public for _______ until __________Roll of Attorneys No. __________________PTR No. ______ [date issued], [place issued]IBP No. ______ [date issued], [place issued]

Doc. No. _____Page No. _____Book No. _____Series of _____

78

Page 79: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

BID SECURING DECLARATION FORM

REPUBLIC OF THE PHILIPPINES)CITY OF _______________________) S.S.

x------------------------------------------------------x

BID SECURING DECLARATIONInvitation to Bid: [Insert Reference number]

To: [Insert name and address of the Procuring Entity]

I/We3, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which may be in the form of a Bid-Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract with any procuring entity for a period of two (2) years upon receipt of your Blacklisting order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt of the written demand by the procuring entity for the commission of acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1(f), of the IRR of RA 9184; without prejudice to other legal action the government may undertake.

3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following circumstances:

(a) Upon expiration of the bid validity period, or any extension thereof pursuant to your request;

(b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right;

(c) I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we have furnished the performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of execution].

3 Select one and delete the other. Adopt the same instruction for similar terms throughout the document.

79

Page 80: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

[Insert NAME OF BIDDER’S AUTHORIZED

REPRESENTATIVE] [Insert Signatory’s Legal Capacity]

Affiant

SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLICSerial No. of Commission _______________Notary Public for _______ until __________Roll of Attorneys No. __________________PTR No. ______ [date issued], [place issued]IBP No. ______ [date issued], [place issued]

Doc. No. _____Page No. _____Book No. _____Series of _____

80

Page 81: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Statement of all Ongoing Contracts including Awarded but not yet Started Government & Private Contracts, whether similar or not similar in nature and complexity to the contract to be bid

Name of Contract Date of contract

Contract duration

Owner’s name and address

kind of Goods Amount of contract

Value of outstanding works

Date of Delivery

Instructions:

a) If there is no ongoing contract including awarded but not yet started as of the aforementioned period, state none or equivalent term.b) The total amount of the ongoing and awarded but not yet started contract should be consistent with those used in the Net Financing Contracting Capacity (NFCC) in

case an NFCC is submitted as an eligibility documents

Submitted By:Company Name:Authorized Representative:Designation:Date:

81

Page 82: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

Statement of Single Largest Completed Contract similar to the contract to be bid within the three (3) years period

This is to certify that the project named below is the Single Largest Completed Contract similar to the contract to be bid, within the three (3 ) years period

Name of Contract Date of contract

Contract duration

Owner’s name and address

Kind of Goods Amount of completed contracts, adjusted by the bidder to current prices using

PSA’s consumer price index, if necessary

Date of Delivery/Date of

Completion

Note: Bidder shall attach the following:

1. Photocopy of approved Contract or Purchase Order/Work Order2. End-user’s Certificate of Completion or Acceptance from bidder’s client or Official Receipt issued for the contract

Submitted By:Company Name:Authorized Representative:Designation:Date:

82

Page 83: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

BID PRICE SCHEDULE

Item No.

ARTICLES AND DESCRIPTIONS Quantity BID (inclusive of VAT and other applicable taxes)

1 Subscription to On-line Document Retrieval System (Re-Bidding)

Total Bid Price Php ____________

Submitted By:

Company Name:

Authorized Representative:

Designation:

Date:

83

Page 84: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

AUTHORITY OF SIGNATORY(For Corporation)

I, (Name of Corporate Secretary), of legal age, Filipino, with business address at __________________________, after being duly sworn to in accordance with law do hereby depose and state:

That I am the duly elected Corporate Secretary of (Name of Corporation), a corporation duly organized and existing under and by virtue of applicable Philippine laws:That at the special meeting of the Board of Directors of the said corporation, duly called and held at the principal office on (Date of Meeting) at which a quorum was presented and voting throughout the following resolution was unanimously approved to wit:

“RESOLVED, any of the following whose specimen signature/initials and copy of acceptable government issued identification cards with signatures as attachment, is/are authorized to sign in behalf of the Corporation, to submit documents and represent solely for the purpose of complying with the (Name of Project).

NAME ID WITH SIGNATURE PRESENTED

SPECIMEN SIGNATURE

SPECIMEN INITIALS

IN WITNESS WHEREOF, I have hereunto affix my signature this ____ day of ________ at ___________.

PRINTED NAME/SIGNATURECORPORATE SECRETARY

SUBSCRIBED AND SWORN TO before me in the City of _________ this _____ day of ____________ by (Name of Corporate Secretary) who has satisfactorily proven to me his/her identity through his/her (Identification Card presented), that he/she is the same person who personally signed before me the foregoing Affiant and acknowledged that he/she executed the same.

NOTARY PUBLIC

Doc. No._______Page No._______Book No._______Series of. _______

84

Page 85: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

AUTHORITY OF SIGNATORY(For Sole Proprietor/Partnership)

I, (Name Owner/Managing Partner), of legal age, [civil status], Filipino, and residing at [address of affiant], after having been duly sworn in accordance with law do hereby depose and state that:

1. I am the Sole Proprietor/Managing Partner of [Name of Bidder], with office address at [Address of Bidder;

2. As the Sole Proprietor/Managing Partner of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity];

3. As the Sole Proprietor/Managing Partner of [Name of Bidder], I authorized [Name of Representative] whose specimen signature/initials and copy of acceptable government issued identification cards with signatures as clearly shown attachment, is authorized to sign in behalf of the [Name of Bidder], to submit documents and represent solely for the purpose of complying with the bidding of [Name of Project]

NAME ID WITH SIGNATURE PRESENTED

SPECIMEN SIGNATURE

SPECIMEN INITIALS

IN WITNESS WHEREOF, I have hereunto affix my signature this ____ day of ________ at ___________.

PRINTED NAME/SIGNATURE

SUBSCRIBED AND SWORN TO before me in the City of _________ this _____ day of ____________ by (Name of Corporate Secretary) who has satisfactorily proven to me his/her identity through his/her (Identification Card presented), that he/she is the same person who personally signed before me the foregoing Affiant and acknowledged that he/she executed the same.

NOTARY PUBLIC

Doc. No. ______Page No. ______Book No. ______Series of. ______

85

Page 86: Philippine Bidding Documents - sec.gov.ph€¦  · Web viewSeries of 2015. Omnibus Sworn Statement. REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _____ ) S.S. AFFIDAVIT

86